You are on page 1of 54

BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-

VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

AMRITSAR SMART CITY LIMITED

NATIONAL COMPETITIVE BID (NCB)


BID REFERENCE NO: 01/ASCL/2019-20

BID DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION


AND MAINTENANCE OF REVERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE)
YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY UNDER AMRITSAR SMART
CITY PROJECT

May 2019

CHIEF EXECUTIVE OFFICER


AMRITSAR SMART CITY LIMITED,
SCO – 21, 2nd FLOOR,
DISTT. SHOPPING COMPLEX,
RANJIT AVENUE, B – BLOCK,
AMRITSAR – 143001 PUNJAB
TEL: +91 1835015048
Email: ceoasclasr@gmail.com

Amritsar Smart City Limited 1


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Table of Contents

Sr. No. Particulars Page No.

1. Introduction & Brief Description of Bidding Process 07

2. Eligible Bidders & Minimum Eligibility Criteria 09

3. Content of Bid Documents 10

4. Clarification of Bid Documents and Pre-Bid Conference 10

5. Amendments to the Bid Documents 11

6. Technical and Financial Bids 12

7. Currencies of Bid and Payment 13

8. Bid Validity Period 13

9. Bid Security 13

10. Format and Signing of Bids 14

11. Documents Establishing Bidder’s Eligibility and Qualifications 14

12. Submission Sealing and Marking of Bids 14

13. Deadline for Submission of Bids 14

14. Late Bid 14

15. Bid Opening 15

16. Evaluation of Technical Bid 15

17. Process to be confidential 16

18. Clarification of Financial Bids 16

19. Unbalanced Bids 16

20. Award Criteria 17

21. Procuring Entity’s Right to accept any Bid and to reject any or all 17
Bids

22. Notification of Award 17

23. Performance Security 17

Amritsar Smart City Limited 2


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

24. Non-receipt of Performance Security and Contract by Procuring 18


Entity

25. Corrupt or Fraudulent Practices 18

26. Section III – Minimum Eligibility Criteria 19

27. Section IV – Bidding Forms for Qualification Information 20

28. Form Tech 1: Bid Submission Form 21

29. Form Tech 2: Bidder’s Information 23

30. Form Tech 3: Power of Attorney (PoA) for Authorized Repre- 24


sentative

31. Form Tech 4: Declaration for Blacklisting and Authorization 25

32. Form Tech 5: Declaration for Accepting Terms and Conditions of 26


Bid Document

33. Form Tech 6: Past Experience of Carrying Similar Work 27

34. Form Tech 7: Declaration of Annual Turnover and Net Worth 28

35. Form Tech 8: Manufacturers’ Authorization Form 29

36. Section V – Scope of Work 30

37. Section VI – Technical Specifications 32

38. Section VII – Locations where Reverse Vending Machine is to be 34


Installed

39. Section VIII - Financial Bid/ Price Schedule 36

40. Section IX – Conditions of Contract 37

41. Section X – Contract Forms 49

Amritsar Smart City Limited 3


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION I – INVITATION FOR BIDS (IFB)

Notice inviting online Bids for: Supply, Installation, Commissioning, Operation and Mainte-
nance of Reverse Vending Machines for a period of 5 (five) years at various locations in Amrit-
sar city

Amritsar Smart City Limited, Amritsar invites online unconditional bids through e-procurement portal
http://eproc.punjab.gov.in from eligible and interested parties (the “Bidder” or “Bidders”).

Chief Executive Officer


Name & Address of Procuring En- Amritsar Smart City Limited, SCO – 21, II Floor, District
tiry Shopping Centre, Block – B, Ranjit Avenue, Amritsar -
143001, Punjab, INDIA
Notice inviting Online Bids for Supply, Installation, Com-
Subject Matter of Procurement missioning, Operation and Maintenance of Reverse Vend-
ing Machines for Period of 5 (five) years at various loca-
tions in Amritsar city under Amritsar Smart city Project.

Start Date: From: 27.05.2019 03:00 PM


Period of online availability of Bid
Documents (Start Date/ End Date) End Date: Till: 25.06.2019 03:00 PM
Rs.10,000/- (Rupees Ten Thousand only) + applicable ten-
Bid Document Fee der processing fee

Date and Time: 06.06.2019 11:00 AM


Date and time for Pre-bid Meeting Place: SCO – 21, II Floor, District Shopping Centre, Block
– B, Ranjit Avenue, Amritsar, Punjab, 143001
Manner: Online on e-Procurement website
Manner, Start Date for submission https://eproc.punjab.gov.in
of Bids
Start Date: From: 27.05.2019 03:00 PM
End Date for submission of Bids i.e. End Date: Till: 25.06.2019 03:00 PM
Bid Submission Date
Rs.7,66,000/- (Rupees Seven Lakh Sixty-Six Thousand only)
Amount of Bid Security/Bid
Security in INR 25.06.2019 at 03:45 PM
Date and Time of opening of Tech-
nical Bid:
Will be intimated later to the Technically qualified bidders
Date and Time of opening of Finan-
cial Bid
• This Bid Document has been issued in English lan-
Language guage
• Bids shall be submitted in English
• All correspondence exchange shall be in English lan-
guage

120 days from the bid submission deadline


Bid Validity
The Bids shall comprise of the following:
Preparation of Bids Technical Bid & Financial Bid as per Clause 6

Amritsar Smart City Limited 4


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Note:

1) The Bidding Documents can be downloaded from website: https://eproc.punjab.gov.in. The


document downloaded from the aforesaid website should not be tempered, and if any such
tempering is detected before or after the opening of Bids, the Bidder shall be debarred for a
period of 6 (six) months.
2) Bidder (through its Authorized Representative) shall submit their offer (the “Bid” or “Pro-
posal”) online in Electronic formats comprising of both Technical Bid and Financial Bid. Bid
Document Fees, Tender Processing Fees and Bid Security should be deposited through Amrit-
sar Smart City Limited, "Payment Gateway Service on E-Procurement platform".
3) Bidder for additional details such as estimated cost, important date, detailed information,
qualification and eligibility criteria, visit website: https://eproc.punjab.gov.in for downloading
tender document.
4) Any subsequent addendum/ corrigendum shall be published/ uploaded only on the website
https://eproc.punjab.gov.in and will not be published in the newspapers. In case there is a
holiday on the day of opening of Bids, activities assigned on that date shall be carried out on
the next working day.
5) While electronically submitting the Bids, it should be ensured that the Bid Documents
including Conditions of Contract are digitally signed by the Bidder.
6) For participating in the above e-tender, the Bidders shall have to get themselves registered
with https://eproc.punjab.gov.in and get User ID, password, Class 3 Digital Signatures
Certificate (DSC) is mandatory to participate in the e-tendering process. For any clarification/
difficulty/ regarding e-tendering process Bidders can contact helpdesk on the phone numbers
mentioned on the website.
7) The documents shall be prepared and scanned in different files and uploaded during online
submission of the Bid.
8) Amritsar Smart City Limited will not be responsible for delay in online submission due to any
reason. For this, Bidders are advised to upload their complete Bid well advance in time so as to
avoid 11th hour issues like slow speed; choking of web site due to heavy load or any other
unforeseen problems.
9) Bid documents consisting of qualification information and eligibility criterion of Bidders,
plans, specifications, drawings and the set of terms & conditions of the Contract to be complied
with by the Bidder can be seen on website https://eproc.punjab.gov.in and scanned copies of
the required documents and information as per this Tender Document should be attached in the
Technical Bid as prescribed in this RFP.
10) Uploaded documents of valid successful Bidders will be verified with the original before
signing the agreement, to be submitted prior to the date and time for Bid submission is
specified herein.
11) The Tender Documents are not to be uploaded by the Bidder. The Bidder has to only
agree/disagree with the conditions in the Tender Document. The Bidder who disagrees on the
conditions of the Tender Document, cannot participate in the Tender.
12) Bid(s) once submitted online cannot be resubmitted or withdrawn.
13) Conditional Bids, Bids without payment of Bid Security and Bids not meeting the qualifying
criteria on the date of receipt of Bids shall be summarily rejected.
14) All the prospective Bidders are encouraged to participate in the pre-bid meeting and it is ad-
vised that the sites are visited and Bid Documents are studied thoroughly.

Amritsar Smart City Limited 5


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

15) Amritsar Smart City Limited i.e. Procuring Entity reserves the sole right to cancel the bid pro-
cess and reject any or all of the Bids without assigning any reason.
16) Procurement Entity disclaims any factual/ or other errors in the Bid Document (the onus is
solely on the individual bidders to verify such information) and the information provided there-
in are intended only to help the Bidders to prepare a logical Bid/proposal.

Chief Executive Officer


Amritsar Smart City Limited
Amritsar, Punjab

Amritsar Smart City Limited 6


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION II – INSTRUCTIONS TO BIDDERS (ITB)

A. INTRODUCTION

1. Introduction & Brief Description of Bidding Process


1.1. Introduction
1.1.1. In recent times all local authorities are facing difficulties in management of Plastic in
an organised way. Plastic being non-biodegradable material, proper management
by establishing a firm supply chain network for recycling them is utmost essential. It is with
this intention, the Amritsar Smart City Limited is planning to introduce “REVERSE VEND-
ING MACHINES WITH SMS BASED COUPONING SYSTEM” at various public places
with a view to encourage people to use smart and environment friendly means for disposal of
PET bottles/ Aluminium Cans etc. Reverse Vending Machines are a key part of container de-
posit systems, which see 70% to almost 100% of all drink containers returned for recycling. No
other waste collection system comes even close to beating it.
Proposal to deploy PET bottle flaking machine is to neutralize post consumption PET bottle
wastes, recycle it and educate community about benefit of recycling. Reverse Vending Ma-
chines create visibility and encourage people to participate through inbuilt reward & recogni-
tion feature.
1.1.2. Accordingly, Amritsar Smart City Limited (hereinafter referred to as “ASCL” or “Procuring
Entity”) invites online Bids for the work pertaining to “Supply, Installation, Commission-
ing, Operation and Maintenance of Reverse Vending Machines for a period of 5 (five)
years at various locations in Amritsar city under Amritsar Smart City Pro-
ject” (hereinafter referred to as the “Project” or “Work”).
1.1.3. The sites for the Reverse Vending Machines for pet bottles (RVMs) shall be identified and
proposed by the selected Bidder within the Municipal boundary of Amritsar City. The select-
ed agency shall be responsible for the following works:
a) Design, Supply, Installation, Operation and Maintenance of RVMs, each having
shred/ compress capacity of atleast 90 bottles (1 Ltr) (per hour).
b) Collection of scrap/ flakes at regular intervals generated from the RVMs for recy-
cling; and
c) Operation and Maintenance of the RVMs for a period of 5 years post successful in-
stallation.
For detailed scope of work of the selected agency please refer to Section V (Scope of
Work) of this RFP. The agency shall have to comply the terms, conditions and specification
laid down in this RFP during the tenure of the assignment.
Procurement schedule
a) Initially, 20 Reverse Vending Machines will be procured to be installed, operated and
maintained by the Implementing Agency at identified locations.
b) Further, procurement of machines shall be taken up in subsequent phase depending
upon proper evaluation of 20 machines to be conducted regularly, for 03 months from
date of commissioning, based on performance and utility of the machines.
c) Procuring Entity and Municipal Corporation, Amritsar are not bound to procure all
machines. The figure of 40 machines is only indicative and number may increase or
decrease depending upon the assessment as indicated in sub-clause (b) above.

Amritsar Smart City Limited 7


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

1.1.4. Procuring Entity will facilitate the electric connection but it will be Successful bidder who
shall be responsible for getting the electric connection and make payment of the electricity
bills for operation of these machines as per actuals. The space for installing of these machines
shall be provided by Municipal Corporation Amritsar (the “MCA”), Amritsar Improvement
Trust (AIT) and/ or Amritsar Development Authority (ADA) and may be against payment of
rent by the selected bidder. The Procuring Entity will help in getting the space but it will be
sole discretion of the concerned authority/ department to give the space for installation of ma-
chines. In case of default in payment electric bills, the same will be deducted from the opera-
tions and maintenance payments payable to the Implementing Agency.
1.1.5. The estimated cost of the Project is Rs.3,82,91,000.00/- (Rupees Three Crore Eighty-Two
Lakhs Ninety-One Thousand) as per the Bill of Quantities/ Price Schedule. The bidder shall
quote landed rates which shall be inclusive of taxes, GST, freight, insurance or any other stat-
utory levies applicable on the item(s) and any other expenses for delivery of item(s) at the
destination(s) and installation cost.
1.1.6. The selected agency shall be responsible to install, operate and maintain the RVMs as per the
Scope of Work (Section V). The applicable Technical Specifications and features for
RVMs for PET Bottles machine are given in Section VI. Further, the selected agency shall al-
so be responsible for coupons tie-ups with the concerned establishments/ firms/ companies,
etc.
1.2. Brief Description of Bidding Process
1.2.1. This Section i.e. Section II - “Instructions to Bidders” provide the relevant information as well
as instructions to assist the prospective Bidders in preparation and submission of Bids. It also
includes the mode and procedure to be adopted by the Procuring Entity for receipt and open-
ing as well as scrutiny and evaluation of Bids, declaration of the successful Bidder, issuance
of Letter of Acceptance and subsequent execution of Contract.
1.2.2. Procuring Entity has adopted online single stage two parts process involving Technical Bid
and Financial Bids for selection of the Bidder for award of the Project (collectively referred to
as the “Bidding Process”). The first part involves technical qualification and short listing of
the qualified Bidders who become eligible for opening of their Financial Bids. The Bids shall
be valid for a period of not less than 120 (one hundred and twenty) days from the date speci-
fied in Clause 1.3 for submission of Bids.
1.2.3. A Bidder is required to deposit payment of Bid Document Fee, Tender Processing Fee and
Bid Security online through Amritsar Smart City Limited, "Payment Gateway Service on E-
Procurement platform". The Bids not accompanied by any of the aforesaid payments and Bid
Security shall be summarily rejected.
1.2.4. Before formulating the Bid and submitting the same to Procuring Entity, the Bidder should
read and examine all the terms, conditions and instructions etc. contained in the Bid Docu-
ments. Failure to provide and/ or comply with the required information, instruction etc. incor-
porated in these Bid Documents may result in rejection of its Bid.
1.3. Schedule of Bidding Process
Procuring Entity shall endeavour to adhere to the following schedule:
EVENT DESCRIPTION DATE
Period of on-line availability of Bid Docu- Start Date: From: 27.05.2019 03:00 PM
ments (Start Date/ End Date) End Date: Till: 25.06.2019 03:00 PM
Date and time for Pre-bid Meeting Date/ Time: 04.06.2019 11:00 AM
Place: SCO – 21, II Floor, District Shop-
ping Centre, Block – B, Ranjit Avenue,
Amritsar, Punjab, 143001

Amritsar Smart City Limited 8


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Manner, Start Date for submission of Bids Manner: Online on e-Procurement web-
site http://eproc.punjab.gov.in

Start Date: 27.05.2019 03:00 PM


End Date for submission of Bids (Bid Sub- End Date: 25.06.2019 03:00 PM
mission Date)
Date and Time of opening of Technical Bids: Latest by: 25.06.2019 04:00 PM
Date and Time of opening of Financial Bids: To be intimated later
Letter of Acceptance (LOA) To be intimated later
Validity of Bids 120 days from the end date of submission
of Bids
Date of signing of Contract Within twenty-eight (28) days of LoA

2. Eligible Bidders & Minimum Eligibility Criteria


2.1. Eligible Bidder
2.1.1 Each intending Bidder should be a registered sole proprietorship/ Company/ Partnership firm
or Govt./ Semi Govt. Enterprise or Undertaking having authority to participate in this RFP.
No Consortium or Joint Venture (JV) shall be allowed or accepted in this RFP.
2.1.2 The Bidder must be an Original Equipment Manufacturer/ Authorized Dealer/ Distributor of
Reverse Vending Machines of PET Bottles in India. Where the Bidder is an authorized Deal-
er/ Distributor, it shall provide evidence (as per the authorization form in Section IV) that it
has been duly authorized by the original equipment manufacturer to supply the goods and
about making available the required quantity of machines.
(Note: Supplies for goods should be from one manufacturer only. Bids offering supplies from
different manufacturers will be treated as non-responsive)
2.1.3 The Bidder shall have the nationality of India. A Bidder shall be deemed to have nationality
of India if the Bidder is a citizen or constituted or registered or incorporated, and operates in
conformity with the provisions of the Laws of India. This criterion shall also apply to the de-
termination of the nationality of proposed sub-contractors or suppliers for any part of the Con-
tract including related services.
2.1.4 A Bidder should not have a conflict of interest in the procurement in question as stated in this
Bidding document.
2.1.5 A Bidder debarred/ blacklisted by any State Government / Central Government / PSU / Gov-
ernment Authority in India/ ASCL, for any reason as on Bid Submission Date, shall not be el-
igible to participate in any procurement process.
2.1.6 The Bidder must have valid required Licenses, registrations, test reports as per applicable
laws of India and must be registered under the General Sales and Goods and Services Tax
(GST). It is also required to provide proof of Permanent Account Number )PAN( given by In-
come Tax Department.
2.2. Minimum Eligibility Criteria
2.2.1. In order to be eligible for qualification, the Bidder shall, in addition to clause 2.1.1 to 2.1.6,
fulfil the Minimum Eligibility Criteria as set forth in Section III.
B. BID DOCUMENTS

Amritsar Smart City Limited 9


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

3. Content of Bid Documents


3.1. In addition to Section I – “Invitation for Bid” (IFB), the Bid Documents includes:
1. Section II – Instructions to Bidders (ITB)
2. Section III – Qualification Criteria
3. Section IV – Bidding Form
4. Section V – Scope of Work (SOW)
5. Section VI – Technical Specifications
6. Section VII – Locations where RVMs to be installed
7. Section VIII – Financial Bid/ Price Bid format (to be filled online)
8. Section IX – General Conditions of Contract (GCC)
9. Section X – Special Conditions of Contract (SCC)
10. Section XI - Contract Forms
3.2. The Bidding Document shall be uploaded on the e-procurement portal,
http://eproc.punjab.gov.in along with the Notice Inviting Bids. The prospective Bidders may
download the bidding document from the portal. The price of the Bidding Document and pro-
cessing fee of e-bid shall have to be paid to Procuring Entity in the amount and manner as
specified herein and e-procurement portal.
3.3. Procuring Entity is not responsible for the completeness of the Bidding Document and its ad-
denda, if they were not downloaded correctly from the e-procurement portal or the State Pub-
lic Procurement Portal.
3.4. The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid-
ding Document. Failure to furnish all information or authentic documentation required by the
Bidding Document may result in the rejection of the Bid.

4. Clarification of Bid Documents and Pre-Bid Conference


4.1. If any Bidder has any doubts on any issue of the Bid Documents or as to the meaning of any
portion of the conditions or of the specifications, drawings etc., it shall, before submitting the
Bid, refer the same to Procuring Entity and get clarifications. A Bidder requiring any clarifi-
cation of the Bidding Document shall contact Procuring Entity in writing or e-mail at Procur-
ing Entity’s address mentioned below:
The Chief Executive Officer,
Amritsar Smart City Limited
SCO – 21, II Floor, District Shopping Centre,
Block – B, Ranjit Avenue,
Amritsar – 143001, Punjab.
ceoasclasr@gmail.com
4.2. Procuring Entity will respond in writing or e-mail to any request for clarification, within sev-
en days provided that such request is received no later than twenty-one (21) days prior to the
deadline for submission of Bids. The clarification issued, including a description of the in-
quiry but without identifying its source shall be placed on the eProcurement Portal and should
Procuring Entity deem it necessary to amend the Bidding Document as a result of a clarifica-
tion, it shall do so through an addendum which shall form part of the Bidding Document
4.3. The Bidder or his authorized representative is invited to attend the Pre- Bid Conference. The
purpose of the Pre-Bid Conference will be to clarify issues and to answer questions on any
matter related to this procurement that may be raised at that stage. If required, a site visit may

Amritsar Smart City Limited 10


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

be arranged by Procuring Entity.


4.4. Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.
4.5. The Bidder is advised to visit and inspect the site of Works and its surroundings and obtain
for itself on its own responsibility all information that may be necessary for preparing the Bid.
4.6. The Bidder is expected to examine carefully all instructions, conditions of contract, the Con-
tract data, forms, terms and specifications, bill of quantities, forms and drawings in the Bid
Document prior to submission of its Bid; Bidder shall be solely responsible for his failure to
do so.

5. Amendments to the Bid Documents


5.1. At any time prior to the deadline for submission of Bids, Procuring Entity may, for any reason
deemed fit, modify the Bid Documents by issuing an addendum which will form part of the
Bidding Document.
5.2. Such an amendment will be uploaded on website: https://eproc.punjab.gov.in only.
5.3. To give prospective Bidders reasonable time in which to take an addendum into account in
preparing their Bids, Procuring Entity may, at its discretion, extend the deadline for the sub-
mission of the Bids, pursuant to Clause 13 [Deadline for Submission of Bids], under due pub-
lication on the e-procurement portal.
C. PREPARATION OF BIDS

6. Technical and Financial Bids


6.1. Language of Bid
The Bid submitted by the Bidder and all subsequent correspondence and documents relating to
the Bid exchanged between the Bidder and Procuring Entity, shall be written in the English
language. However, the language of any printed literature furnished by the Bidder in connec-
tion with its Bid may be written in any other language provided the same is accompanied by
an English translation and, for purposes of interpretation of the Bid, the English translation
shall prevail.
6.2. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its Bid, and
Procuring Entity shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
6.3. One Bid per Bidder
No Bidder shall be entitled to submit more than one Bid. If he does so, all Bids wherein the
Bidder has participated shall stand disqualified.
6.4. Site Visit
The Bidder at his own responsibility, expenses and risk, is encouraged to visit and examine
the site(s)/ locations of work and its/ their surroundings and obtain all information (including
that on the risks, contingencies and other circumstances which may affect or influence the
bid) that may be necessary for preparing the Bid and entering into a contract.
6.5. Documents Comprising the Bid
6.5.1. The Bid to be submitted online by the Bidder shall comprise of the following, in two separate
parts:

Amritsar Smart City Limited 11


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

A. Part I: Technical Bid:


The Technical Bid shall contain the following documents, the scanned copies whereof shall be
uploaded on the portal:
i. Proof of Bid Document Fee and Tender Processing Fee paid online
ii. Proof of Bid Security paid online
iii. Form Tech 1 – Bid Submission Form
iv. Form Tech 2 – Bidder’s Information
v. Form Tech 3 – Format for Power of Attorney
vi. Form Tech 4 – Declaration for blacklisting
vii. Form Tech 5 – Declaration for accepting terms and conditions of Bid Document
viii. Form Tech 6 –Past Experience of carrying similar work
ix. Form Tech 7 – Declaration of Average Annual Turnover & Net Worth
x. Form Tech 8 – Manufacturers’ Authorization Form
xi. Copies of GST registration certificate and Permanent Account Number (PAN) given
by the Income Tax Department
xii. EPF & ESI registration certificate from Provident Commissioner, if applicable.
xiii. Copies of original documents defining the constitution or legal status, place of regis-
tration and principal place of business
xiii. Copies of original work orders/ purchase orders along with recommendation letters
from clients towards proof of similar work experience.
All the documents/ information enclosed with the Technical Bid should be self-attested and
certified by the Bidder. The Bidder shall be liable for forfeiture of his Bid Security, if any
document/ information is found false/fake/untrue before acceptance of Bid. If it is found after
acceptance of the Bid, the bid sanctioning authority may at his discretion forfeit his perfor-
mance security/ guarantee, security deposit, etc. and take any other suitable action.
B. Part II: Financial Bid:
• The Financial Bid/ Price Proposal shall be filled online on the portal as per the for-
mat uploaded therein and shall be in terms of landed rate inclusive of GST, Taxes,
transportation and installation at location. L1 shall be arrived at on the basis of the
Landed rate per station, inclusive of the cost of Supply and O&M for five years.
• All duties, taxes (including GST), transportation charges, packing cost, installation
cost and other levies payable by the Bidder under the contract, or for any other cause,
shall be included in the rates and prices, and the total Bid Price submitted by the Bid-
der. Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the
Contract and not subject to variation on any account, unless otherwise specified in the
Contract.
• Rates shall be quoted in figures as well as in words. If any difference in figures and
words is found, lower of the two shall be taken as valid and correct.
• The Contract shall be awarded to the lowest bidder (L1).
• Minor nonconformity, or irregularity may be waived in a bid that does not constitute

Amritsar Smart City Limited 12


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

a material deviation, provided such waiver does not prejudice or affect the relative
ranking of any bidder.
• The Authorized Representative of the Bidder must sign the Bid duly stamped at ap-
propriate places and initial all the remaining pages of the Bid.
• A Bidder, who does not fulfill any of the above requirements and/or gives evasive in-
formation/reply against any such requirement, shall be liable to be ignored and reject-
ed.
• In case of two or more firms quoting the same rates, the bidders will have to furnish
their fresh quotes in sealed envelope on the spot and the quotes will be opened in
front of the bidders. The Bidder with lowest bid shall be the lowest bidder (L1).
• Bid sent by email/ fax or any other mode shall be ignored.

7. Currencies of Bid and Payment


7.1. The price shall be quoted by the Bidder entirely in Indian Rupees. All payment shall be made
in Indian Rupees.

8. Bid Validity Period


8.1. The Bid shall remain valid for acceptance for a period of 120 (one hundred and twenty) days
after the date of Bid opening prescribed in the Bid Document. Any Bid valid for a shorter pe-
riod shall be treated as unresponsive and rejected.
8.2. In exceptional cases, the Bidders may be requested by Procuring Entity to extend the validity
of their Bids up to a specified period. The Bidders, who agree to extend the Bid validity, are
to extend the same without any change or modification of their original Bid and they are also
to extend the validity period of the Bid Security accordingly. A Bidder, however, may not
agree to extend its Bid validity without forfeiting its Bid Security.
8.3. In case the day up to which the Bids are to remain valid falls on or subsequently declared a
holiday or closed day for Procuring Entity, the Bid validity shall automatically be extended up
to the next working day.
8.4. Procuring Entity may extend the deadline for submission of Bids by issuing an amendment, in
which case all rights and obligations of Procuring Entity and the Bidders previously subject to
the original deadline will then be subject to the new deadline.

9. Bid Security
9.1. The Bidder shall deposit along with its Bid, Bid Security for amount as shown in the IFB in
Section I. The Bid Security shall be deposited online through the Procuring Entity eprocure-
ment payment portal.
9.2. The Bid Security shall be valid for a period of forty-five (45) days beyond the validity period
of the Bid.
9.3. Bids not accompanied with Bid Security shall not be accepted and shall be rejected by the
Procuring Entity as non-responsive.
9.4. In case of the Unsuccessful Bidders, the Bid Security will be returned to them without any
interest, after expiry of the Bid validity period, but not later than forty-five (45) days after
conclusion of the resultant contract. The Successful Bidder’s Bid Security will be returned
without any interest, after receipt of Performance Security from that Bidder.
9.5. Bid Security of a Bidder may be forfeited –

Amritsar Smart City Limited 13


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

(a) if the Bidder withdraws or amends its Bid or impairs or derogates from the Bid in any
respect within the period of validity of its Bid without prejudice to other rights of Pro-
curing Entity; or
(b) In case of Successful Bidder, if the Bidder fails within the specified time limit to:
i) sign the Agreement; or
ii) furnish the required Performance Security.

10. Format and Signing of Bids


10.1. The Bidder shall submit the Bid online comprising of documents as specified in Clause 6.5.1.
The Bid shall either be typed or written in indelible blue ink and the same shall be signed by
the Authorized Representative of the Bidder who has been duly authorized to bind the Bid-
der to the Bid through a valid Power of Attorney as per the format prescribed herein.
All pages of the Bid should be page numbered, bear the signature of the Authorized Repre-
sentative with stamp of the Bidder and indexed. The Bid shall not contain any erasure or
overwriting, except as necessary to correct any error made by the Bidder and, if there is any
such correction; the person signing the Bid shall initial the same.

11. Documents Establishing Bidder’s Eligibility and Qualifications


11.1. Pursuant to ITB Clause 6, the Bidder shall furnish, as part of its Bid, relevant details
and documents establishing its qualifications to perform the contract if its Bid is accepted.
D. SUBMISSION OF BIDS

12. Submission Sealing and Marking of Bids


The Bidder shall place two separate digitally signed files marked “Technical Bid (Cover-I)”
and “Financial Bid (Cover-II)”.
The contents of Technical and Financial Bids will be as specified in Clause 6.5. All docu-
ments are to be signed digitally by the Bidders.
The Bidders must ensure that they upload their Bids not later than the closing time and date
specified for submission of Bids.

13. Deadline for Submission of Bids


13.1. Complete Bids (including Technical and Financial) shall be received by Procuring Entity
online not later than the date and time indicated in the BDS (the “Bid Submission Date”).
13.2. Procuring Entity may extend the deadline for submission of Bids by issuing an amendment in
accordance with Clause 5, in which case all rights and obligations of Procuring Entity and the
Bidders previously subject to the original deadline will then be subject to the new deadline.

14. Late Bid


14.1. The electronic bidding system would not allow any late submission of Bids after due date and
time as per server time. The Bidders are advised to upload their respective Bids well in ad-
vance so as to avoid last minute rush and jam.
E. OPENING OF BID

Amritsar Smart City Limited 14


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

15. Bid Opening


15.1. Procuring Entity shall open the Bids online and the same shall be evaluated by Tender Evalu-
ation Committee (TEC) as nominated by Procuring Entity for the said purpose. Total trans-
parency shall be observed and ensured while opening the Bids therefore the Bids shall be
opened in the presence of the Bidders or their representatives who choose to attend at time,
date and the place specified in Clause 1.3. In the event of the specified date of Bid opening
being declared a holiday for Procuring Entity, the Bids will be opened at the appointed time
and location on the next working day. Procuring Entity reserves the rights at all times to post-
pone or cancel a scheduled Bid opening.
15.2. Bid opening shall be conducted in 2 (Two) stages i.e. stage 1- Technical Bid; and Stage 2-
Financial Bid.
15.3. During Bid opening, prior to the detailed evaluation of Bids, Procuring Entity will determine
the substantial responsiveness of each Bid to the Bidding Document. For purposes of these
clauses, a substantially responsive Bid is one, which conforms to all the terms and conditions
of the Bidding Documents including Technical Specifications without material deviations.
However minor deviation and/or minor irregularity and/or minor non-conformity in the Bid,
Procuring Entity may waive the same. If a Bid is not substantially responsive, it will be re-
jected by Procuring Entity.
15.4. The Financial Proposals of only those Bidders will be opened who are qualified in Technical
Evaluation.
F. EVALUATION OF BIDS

16. Evaluation of Technical Bid


16.1. The Part-I containing Technical Bid shall be opened first.
16.2. (i) The Bids will be taken up for evaluation with respect to the Qualification Infor-
mation and other information furnished in Part-I of the Bid.
ii) The Bidder will be asked in writing (usually within 10 (ten) days of opening of the
Technical Bid) to clarify or modify his technical bid, if necessary, with respect to any
rectifiable defects.
iii) The Bidders will respond in not more than 7 (seven) days of issue of the clarifica-
tion letter.
iv) On receipt of these clarifications, the Tender Evaluation Committee (TEC)/ Pro-
curement Entity will proceed to evaluate the Technical Bids.
v) During the detailed evaluation of Technical Bids, the TEC will determine whether
each Technical Bid (a) meets the Minimum Eligibility Criteria as prescribed in Sec-
tion III of this Bid Document; (b) contains all the information and documents as spec-
ified in the Bid Document and such documents have been properly signed (including
digital signature) and stamped by the Bidder before submission; (c) is accompanied
by Power of Attorney as per the format prescribed herein in favor of the Authorized
Representative of the Bidder; (d) is accompanied by the required Document Fee,
Tender Processing Fee and Bid Security in the amount, mode and manner as specified
in this Bid Document; and (d) is substantially and unconditionally responsive to all
the requirements of the Bid Documents. Bids of the Bidders, who do not meet the
aforesaid requirements will be treated as non – eligible and will not be considered fur-
ther.
vi) The Procuring Entity may ask each bidder to demonstrate the Machine to be installed
to ascertain whether the machines match with the specifications or not. If the ma-

Amritsar Smart City Limited 15


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

chines do not match with the specifications, then the Procuring Entity may disqualify
the bidder and its financial bid will not be opened.
vii) Bidders who meet the requirements set forth in sub-clause (v) above shall be declared
as technically qualified Bidders who will become eligible for opening of their Finan-
cial Bid in the next round. The TEC/ Procuring Entity shall prepare and finalize the
list of such technically qualified Bidders.
viii) Evaluation of the Technical Bids with respect to qualification information and oth-
er information furnished in Part-I of the Bid in pursuance to Clause 6.5, shall be tak-
en up and completed and a list will be drawn up of the responsive bids whose Fi-
nancial Bids are eligible for consideration.
ix) Procuring Entity shall inform, by e-mail, the Bidders, whose Technical Bids are
found responsive i.e. Technically Qualified Bidders, date, time and place of online
opening of Part-II i.e. Financial Bid. In the event of the specified date being de-
clared a holiday for Procuring Entity, the Bids will be opened at the appointed time
and location on the next working day. The Bidders or their representative may at-
tend the opening of Financial Bids.
16.3. Opening & evaluation of Financial Bids: The Financial Bid of all the Technically Qualified
Bidders shall be opened and downloaded. At the time of opening of “Financial Bid”, the names
of the Bidders who were found responsive will be announced and the Bids of only these Bidders
will be opened. The responsive Bidders’ names, the Bid prices, the total amount of each Bid and
such other details as Procuring Entity may consider appropriate, will be announced by Procur-
ing Entity at the time of opening.
16.4. The Bidder whose Financial Bid is found responsive and has quoted the least rate, shall be de-
clared as the Successful Bidder.

17. PROCESS TO BE CONFIDENTIAL


17.1. Information relating to the examination, clarification, evaluation and comparison of Bids and rec-
ommendation for the award of the contract shall not be disclosed to Bidders or any other persons
not officially concerned with such process until the award to the successful Bidder has been an-
nounced. Any effort by a Bidder to influence the Procurement Entity/ TEC processing the Bids, or
ward decisions may result in the rejection of Bids.

18. CLARIFICATION OF FINANCIAL BIDS


18.1. To assist in the examination, evaluation and comparison of Bids, Procuring Entity may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdown of unit rates. The re-
quest for clarification and the response shall be in writing or by e-mail.
18.2. Any effort by the Bidder to influence the Procurement Entity in the TEC’s Bid evaluation, bid
comparison or contract award decisions may result in the rejection of the Bidder’s Bid.

19. UNBALANCED BIDS


19.1. If the Bid of the Successful Bidder is seriously unbalanced by more than or less than 25% in rela-
tion to the Procurement Entity’s estimate of the cost of work to be performed under the contract,
the Procurement Entity may require the Bidder to produce detailed price analysis for any or all
items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the
construction methods and schedule proposed. After evaluation of the price analysis, the Procure-
ment Entity may require that the amount of the performance security set forth in ITB Clause 23 be
increased at the expense of the successful Bidder to a level sufficient to protect the Procurement
Entity against financial loss in the event of default of the successful Bidder under the Contract.

Amritsar Smart City Limited 16


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

G. AWARD OF CONTRACT

20. AWARD CRITERIA


Subject to requirements as mentioned in this Bid Document, the competent authority will
award the Contract to the Bidder whose Bid has been determined to be substantially respon-
sive to the Bid Documents and who has quoted the lowest rate for executing the Project in
comparison to other Bidders.

21. Procuring Entity’s Right to accept any Bid and to reject any or all Bids
Procuring Entity reserves the right to accept in part or in full any Bid or reject any or more
Bid(s) without assigning any reason or to cancel the Biding process and reject all Bids at any
time prior to award of contract, without incurring any liability, whatsoever to the affected
Bidder or Bidders.

22. Notification of Award


22.1. Before expiry of the Bid validity period, Procuring Entity will notify the Successful Bid-
der(s) in writing by e-mail/ courier notify the Successful Bidder that its Bid for goods &
services, which have been selected by Procuring Entity, also briefly indicating therein the
essential details like description, quantity of the goods & services, and delivery period,
corresponding prices accepted.
22.2. After the notification of award, Authority will issue Letter of Acceptance (LOA) in dupli-
cate as per the format provided in Section XI (Contract Forms). Accordingly, a contract
shall be signed between Successful Bidder and Procuring Entity. As an acceptance of the
LOA, the Bidder shall sign and return back a duplicate copy of the LOA to Procuring Enti-
ty within 7 (seven) days of receipt of LoA. In the event, the Successful Bidder fails to give
acceptance of the LoA within the aforesaid time period then unless the time period is ex-
tended by the Procuring Entity, the LoA issued shall be cancelled and the Bid Security of
the Successful Bidder forfeited.
22.3. The Successful Bidder must furnish to Procuring Entity, the required Performance Security
within twenty-one (21) days from the date of dispatch of this notification, failing which the
Bid Security will be forfeited and the award will be cancelled. Relevant details about the
Performance Security have been provided in GCC under Section IX.
22.4. The Notification of Award will constitute the formation of the Contract subject only to the
furnishing of a performance security in accordance with Clause 23.
22.5. The Contract as per the format will incorporate all relevant correspondence between Pro-
curing Entity and the Successful Bidder. It will be signed within twenty-eight (28) days
following the Notification of Award along with the Letter of Acceptance.
22.6. Upon the furnishing by the successful Bidder of the Performance Security, Procuring Entity
will promptly notify the other Bidders that their Bids have been unsuccessful.

23. Performance Security


23.1. Within 21 (twenty-one) days of receipt of the Letter of Acceptance, the Successful Bidder
shall deliver to Procuring Entity a Performance Security [to cover the amount of liquidated
damages and/ or the compensation of the breach of contract during the Installation Period]
for an amount equivalent to 5% (five percent) of the Contract Price plus additional security
for unbalanced Bids in form of unconditional and irrevocable Bank Guarantee. This Bank
Guarantee shall be in addition to Performance Security mentioned in GCC clause 11.
23.2. The Performance Security shall be issued in form of a Bank Guarantee issued by a Sched-

Amritsar Smart City Limited 17


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

uled Commercial bank in India and acceptable to the Procuring Entity and the same shall be
valid for 120 (One Hundred Twenty) days from the date of start of the Contract.
23.3. Failure of the successful Bidder to comply with the requirements of Sub-clause 23.1 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

24. Non-receipt of Performance Security and Contract by Procuring Entity


24.1. Failure of the Successful Bidder in providing Performance Security and / or returning copy of
the Contract duly signed in terms of ITB Clauses 22 and 23 above shall make the Bidder lia-
ble for forfeiture of its Bid Security and, also, for further actions by Procuring Entity against
it as per the Clause 26 of GCC – Termination of default in Section VII and also other admin-
istrative actions as per merits of the case.

25. Corrupt or Fraudulent Practices


25.1. The Procuring Entity will reject a proposal for award if it determines that the Bidder recom-
mended for award has engaged in corrupt or fraudulent practices in competing for the contract
in question and will declare the firm ineligible, either indefinitely or for a stated period of
time, to be awarded a Contract with Procuring Entity. For the purpose of this Clause -
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution.
“Fraudulent Practice” means a misrepresentation of facts in order to influence a procure-
ment process or the execution of a contract to the detriment of the Procuring Entity, and in-
cludes collusive practice among Bidders (prior to or after bid submission) designed to estab-
lish contract prices at artificial non-competitive levels and to deprive the ASCL of the benefits
of free and open competition.

Amritsar Smart City Limited 18


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION III – MINIMUM ELIGIBILITY CRITERIA/ QUALIFICATION CRITERIA


S.No. Criterion Documentary Evidence Required
1. Bidder should be a sole proprietor/ registered Enclose copy of Certificate of Incorpora-
Company/ Partnership firm or Govt./ Semi Govt. tion/ Registration issued by relevant au-
Enterprise or Undertaking registered in India. thority in India.
2. The Bidder must be a Manufacturer or Author- Proof of Registration as Manufacturer/
ised Dealer or Distributor of Reverse Vending Dealer/ Distributor of Reverse Vending
Machines of PET Bottles in India Machine should be enclosed with the Bid.
3. The Bidder must have a valid Labour License/ Copies of license/ registration enclosed
EPF, ESI registration (if applicable). with Bid.
4. The Bidder should have a valid GST number or Enclose copy of GST Registration
should have registered under GST. certificate
5. i. Bidder must have experience of supplying and 1. Details to be provided as per Form
installing/ commissioning of RVMs for atleast Tech 6.
two years, immediately prior to the last date of
bid submission; 2. The requisite supply order/ purchase
order and performance certificate
ii. At least 05 (five) RVMs supplied and installed from the client shall be furnished
the bidder should be in running condition for
with Bid.
more than one (1) year, in any of the last three
years immediately prior to the last date of bid
submission.
6. Bidder must have: Details to be provided as per Form Tech
7 of the Bidding Document;
i. Positive Net Worth in the Financial Year
preceding Bid Submission Date
Copies of balance sheets and statement(s)
ii. Average Annual turnover during last 3 finan- featuring turnover during the aforesaid
cial years (i.e. FY 2016-17, 2017-18 & 2018- periods should be submitted duly signed
19) of at least Rs.1,00,00,000/- (Rupees One by the Bidder and the Chartered Ac-
Crore) OR for bidders incorporated in FY countant concerned, as applicable.
2016-17, Average Annual Turnover of dur-
ing last 2 financial years (i.e. FY 2017-18 &
2018-19) shall be at least Rs.1,00,00,000/-
(Rupees One Crore)
7. The Bidder should not have been debarred / Enclose blacklisting/ debarment declara-
blacklisted by any State Government / Central tion (Refer Form Tech 3).
Government / PSU/ ASCL/ government authority
in India for any reason and such blacklisting/
debarment subsists as on Bid Submission Date.

Note: Bidders who meet all the requirements set forth above and provide the qualification documents
as specified, shall be considered further in the Bidding Process.

Amritsar Smart City Limited 19


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION IV – BIDDING FORMS FOR QUALIFICATION INFORMATION

Scanned copies of Bidding Forms or Qualification document towards meeting the Minimum Eligibility
Criteria as detailed below, complete in all respects, should be submitted on-line as per the stipulations
of Clause 6 of ITB:

1. Form Tech 1 – Bid Submission Form


2. Form Tech 2 – Bidder’s Information
3. Form Tech 3 – Format for Power of Attorney
4. Form Tech 4 – Declaration for blacklisting
5. Form Tech 5 – Declaration for accepting terms and conditions of Bid Document
6. Form Tech 6 – Past Experience of carrying similar work
7. Form Tech 7 – Declaration of Average Annual Turnover & Net Worth
8. Form Tech 8 – Manufacturer’s Authorization Form

Notes:
1. If necessary, additional sheets can be added to the schedules. Such attachments should be
clearly marked as follows:
"Attachment 1 to Form (1), Attachment 2 to Form (2)‟ etc.

2. While submitting the Qualification Information duly filled in, Bidder shall enclose latest cop-
ies of brochures of their firms and technical documentation, if any, giving additional infor-
mation and proper reference to the brochures.
3. Each page of Qualification Information shall be duly signed by the Authorized Representative
of the Bidder.
4. The enclosed Forms should be filled in completely and all questions should be answered. If
any particular query is not relevant, it should be replied as "not applicable".
5. Financial data, Project/Work costs, value of works, etc. should be given in Indian Rupees only
except for Works carried out abroad for which figures may be furnished in United States Dol-
lars (USD).
6. If the bid is made by a firm in partnership, it shall be signed by all the partners of the firm
along with their full names and current addresses, or by a partner holding the power of attor-
ney for the firm for signing the Bid. In such a case a certified copy of the power of attorney
should accompany the Bid. A certified copy of the partnership deed, current address of the
firm and the full names and current addresses of all the partners of the firm shall also accom-
pany the Bid.
7. If the bid is made by a limited company or a corporation, it shall be signed by a duly author-
ized person holding the proper/legal and valid authorization for signing the application, in
which case a certified copy of the proper/legal and valid authorization should accompany the
application. Such limited company or corporation will be required to furnish satisfactory evi-
dence of its existence like copy of Certificate of Incorporation before the contract is awarded.
8. The information furnished must be sufficient for the satisfaction of the Procuring Entity to
show that the Bidder is capable in all respects to successfully complete the envisaged work.
9. Bidding Forms to be supported with scanned copies of all the documents as mentioned in
Clause 6.5.1 which are required to be annexed as part of Technical Bid.

Amritsar Smart City Limited 20


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 1: BID SUBMISSION FORM

To, Date:

Chief Executive Officer,


Amritsar Smart City Limited,
Amritsar.

Subject: Supply, Installation, Commissioning, Operation and Maintenance of Reverse Vending


Machines for a period of 5 (five) years at various locations in Amritsar city under Am-
ritsar Smart City Project

Ref: Your Bid Document No. dated [●]

We, the undersigned, declare that:


(a) We have examined and have no reservations to the Bidding Document, including Addenda No.
.......................................................................................................................
(b) We offer to execute in conformity with the Bidding Document the following Works:
“Supply, Installation, Commissioning, Operation and Maintenance of Reverse Vending
Machines for a period of 5 (five) years at various locations in Amritsar city under Am-
ritsar Smart City Project”

(c) I/We offer to execute the works described above and remedy any defects therein during the
Warranty Period and Operation and Maintenance Period of 5 years in conformity with the
Conditions of Contract, Scope of Work, Technical Specifications, drawings, Bill of Quantities
and Addenda for the sum (s) a s quoted by me/ us in our Financial Bid.
(d) Our Bid shall be valid for a period of 120 (twenty-one) days from the date fixed for the bid
submission deadline in accordance with the Bidding Document, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period;
(e) If our Bid is accepted, we commit to obtain a Performance Security in the amount of 5% (five
percent) percent of the Contract Price for the due performance of the Contract;
(f) Our firm, including the sub-contractor or suppliers for any part of the Contract, have/ shall be
from India;
(g) We are not participating, as Bidder, in more than one Bid in this bidding process, other than
alternative offers, if permitted, in the Bidding Document;
(h) Our firm/ Company/ any Director/ partner has not been debarred/ blacklisted by any State
Government / Central Government / PSU / ASCL for any reason and such blacklisting/ de-
barment does not subsist as on Bid Submission Date;
(i) We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract is
prepared and executed;
(j) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive;
(k) We agree to permit Government of Punjab or ASCL or their representatives to inspect our
accounts and records and other documents relating to the bid submission and to have them

Amritsar Smart City Limited 21


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

audited by auditors appointed by ASCL;


(l) We have not paid, or will pay any commissions or gratuities with respect to the bidding pro-
cess and for execution of the Contract, if awarded;
(i) We declare that we have complied with and shall continue to comply with the provisions of
the Bid documents including Conflict of Interest as specified for Bidders in this Bidding Doc-
ument during this procurement process and execution of the Works as per the Contract;
(j) Unless and until a formal agreement is prepared and executed this Bid together with your
written acceptance thereof, shall constitute a binding contract between us.

Name/ address of the Authorized Representative of the Bidder: -______________


___________________________________
Designation: ________________________________________________
Signed _________________________________________________________

Duly authorised to sign the Bid for and on behalf of: ________________ _____
Stamp of the Bidder
Date: __________
Tel: ___________Fax: _________
E-mail: ______________

Amritsar Smart City Limited 22


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 2: BIDDER’S INFORMATION

Name of the Bidder


1

The Bidder is:


2
a Proprietary firm
a firm in Partnership
a Limited Company or Corporation
……………
Year of registration/ establishment
3

Address of registered office


4

Address of place of business


5

Telephone No./ Fax No.


6

Email Address
7

Contact Person with Designation, Contact


8
number & Email Id.

Number of years of proven experience of


9
providing similar services

PAN No.
10

GST Registration No.


11

EPF/ ESI Registration details, if applicable


12

Yours faithfully

(Signature of the Bidder)


Name:
Designation:
Seal:
Date:
Business Address:

Amritsar Smart City Limited 23


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 3:

POWER OF ATTORNEY (PoA) FOR AUTHORIZED REPRESENTATIVE


(On a non-judicial stamp paper of Rs. 300/- duly notarised)

I/ We, M/s………………………………. authorize the following Representative to sign and


submit the Bid, negotiate terms and conditions for the contract, to sign the contract, to deal with
the ASCL, to issue and receive correspondence related to all matters of the tender pertaining to
“Supply, Installation, Commissioning, Operation and Maintenance of Reverse Vending
Machines for a period of 5 (five) years at various locations in Amritsar city under Amritsar
Smart City Project”. We / M/s ..................... (the “Bidder”) undertake the responsibility due to
any act of the representative appointed hear by.

For Partnership Firm’s

Sl. Name of the All Partner Signature of Partner with Seal


no.

Name and Designation of the


person
Authorized
Attested Signature of the Au-
thorized
Representative

For Limited Firm/ Company


Name and Designation of the
person
Authorized
Name of the Firm
Address
Telephone No. & Fax No.
Authority By which the Powers
is
delegated
Attested Signature of the Au-
thorized
Representative
Name and Designation of per-
son
attesting the signatures
(Proof of the authority of the
attesting person to be attached
with the PoA)

Amritsar Smart City Limited 24


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 4:
DECLARATION FOR BLACKLISTING AND AUTHORIZATION

To, Date:

The Chief Executive Officer,


Amritsar Smart City Limited,
Amritsar.

Subject: Bid Document dated: [●] for “Supply, Installation, Commissioning, Operation
and Maintenance of Reverse Vending Machines for a period of 5 (five) years at
various locations in Amritsar city under Amritsar Smart City Project”

Sir/ Madam,

I/ We have carefully gone through the Terms & Conditions mentioned in the referred Bid Doc-
ument. I/ We hereby declare that my company / firm/ any Director/ partner is not currently de-
barred/ blacklisted by any State Government / Central Government / PSU / Government Authori-
ty in India/ ASCL as on the Bid Submission Date.

Or

I declare the following:

S. Blacklisted / debarred by Reason Date on which blacklist-


No. State Government / Central Gov- ing/ debarment notifica-
ernment / PSU / Government Au- tion was issued
thority in India/ ASCL

(NOTE: In case the company/ firm/ Director/ Partner was blacklisted/ debarred previously,
please provide the details regarding the Period for which the company / firm was blacklisted/
debarred and the reason/s for the same)

Yours faithfully

(Signature of the Bidder)


Name:
Designation:
Seal:
Date:
Business Address:

Amritsar Smart City Limited 25


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 5: DECLARATION FOR ACCEPTING TERMS AND CONDITIONS OF BID


DOCUMENT

To, Date:

The Chief Executive Officer,


Amritsar Smart City Limited,
Amritsar.

Subject: Bid Document dated: [●] for “Supply, Installation, Commissioning, Operation
and Maintenance of Reverse Vending Machines for a period of 5 (five) years at
various locations in Amritsar city under Amritsar Smart City Project”

Sir/ Madam,

I have carefully gone through the Terms & Conditions mentioned in the above referred Bid
Document. I declare that all the provisions of this Bid Document are acceptable to my compa-
ny/ firm who has submitted its Bid as the Bidder for this Project. I further certify that I am an Au-
thorized Representative of my company/ firm i.e. the Bidder and am therefore, competent to
make this declaration. I further undertake on behalf of my company/ firm that we shall abide by
the Bid including the Financial Bid submitted by my company/ firm.

Yours faithfully,

(Signature of the Bidder)


Name:
Designation:
Seal:
Date:
Business Address:

Amritsar Smart City Limited 26


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 6: PAST EXPERIENCE OF CARRYING SIMILAR WORK

To, Date:

The Chief Executive Officer,


Amritsar Smart City Limited,
Amritsar.

Subject: Bid Document dated: _ _ _ _ _ for “Supply, Installation, Commissioning,


Operation and Maintenance of Reverse Vending Machines for a period of 5
(five) years at various locations in Amritsar city under Amritsar Smart City
Project”

Sir/ Madam,

Brief particulars of the Reverse Vending Machines supplied to any Government Department/
Organization/ public or private Institution/ Agency or PSUs in last 5 years preceding Bid Submis-
sion Date. The copy of purchase order/work order and performance certificate in case of ongoing/
completed O&M for the cited experience is also enclosed with the form.

Sr. Items Description


No.
1. Name of Department/ Institution/ Agency/
Organization (the Client)
2. Address of the Client
3. Purchase Order/ Work Order Date
4. Performance Certificate Date
5. Amount
6. Number of Machines Installed and running
7. Activities performed
8. Details of Client Contact Name:
person for reference check Address:
Phone No./ Mobile No.:
Email Id:
9. Start Date (Month/ Year)
10. Completion Date (Month/ Year)
11. Period of Operation

Note: 1. Copies of original work orders/ purchase orders along with recommendation letters
from clients towards proof of past similar work experience to be enclosed.
2. Fill up an additional form for detailing experience regarding Operation and Mainte-
nance of RVMs.

Yours faithfully,

(Signature of the Bidder/ Authorized Representative)


Name:
Designation:
Seal/ Stamp:
Date:
Business Address:

Amritsar Smart City Limited 27


BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 7: DECLARATION OF ANNUAL TURNOVER AND NET WORTH

To, Date:

The Chief Executive Officer,


Amritsar Smart City Limited,
Amritsar.

Subject: Bid Document dated: ______ for “Supply, Installation, Commissioning, Operation
and Maintenance of Reverse Vending Machines for a period of 5 (five) years at various
locations in Amritsar city under Amritsar Smart City Project”

Sir/ Madam,

I hereby declare that our firm's Average Annual Turnover and Net Worth is as follows. The Statuto-
ry Auditor’s certificate is attached for your reference.

FINANCIAL YEAR ANNUAL TURNOVER (IN INR)

F. Y. 2016-17

F. Y. 2017-18

F. Y. 2018-19
Average

RELEVANT FINANCIAL YEAR NETWORTH

FY 2018-19

Note:
1. Net Worth should be in positive
2. In case of turnovers in foreign currency, the figures are to be given in relevant currency and figures in INR may be
worked out as per SBI Foreign Currency selling rates prevalent on 01.04.2019.
3. For FY 2018-19, provisional figures are also acceptable.

Yours faithfully,

(Signature of the Bidder)


Name:
Designation:
Seal:
Date:
Business Address:

28
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Form Tech 8: MANUFACTURERS’ AUTHORIZATION FORM

To No. Dated:
The Chief Executive Officer,
Amritsar Smart City Limited,
Amritsar

Dear Sir:

Bid Reference No.:

We ____________________ who are established and reputable manufacturers of


____________________ (name and description of goods offered) having factories at
________________ (address of factory) do state that:

a) M/s __________________ (Name and address of Agent) is hereby authorized to submit a


tender, and sign the contract with you for the goods manufactured by us against the above Bid
Document; OR

b) M/s __________________ (Name and address of the Authorized Dealer/ Distributor) is our
accredited/authorized Dealer/ Distributor.

We hereby extend our full guarantee and warranty as per Clause 17 of the General Conditions of Con-
tract for the goods and services offered for supply by the above firm against this IFB.

Yours faithfully,

(Signature of Authorized Signatory)

(Name of manufacturer)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by
a person competent and having the power of attorney to legally bind the manufacturer. It should be
included by the Bidder in its bid.

29
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION V –SCOPE OF WORK

1 The Implementing Agency shall be responsible for the following works:

a) Design, Supply, transportation, packing, safety, insurance, Installation, Operation and


Maintenance of 40 RVMs (Approximately);

b) Collection of scrap/ flakes at regular intervals generated from the RVMs for recycling;
and

c) Annual Operation and Maintenance of the RVMs for a period of 5 years.

2 Procurement schedule

(a) Initially, 20 Reverse Vending Machines will be procured to be installed and operated by the
Implementing Agency at identified locations.

(b) Further, procurement of machines shall be taken up in subsequent phase depending upon
proper evaluation of 20 machines to be conducted regularly, for 03 months from date of
commissioning, based on performance and utility of the machines.

(c) Procuring Entity and Municipal Corporation, Amritsar are not bound to procure all machines.
The figure of 40 machines is only indicative and number may increase or decrease depending
upon the assessment as indicated in sub-clause (b) above.

3 The sites for the RVMs shall be identified and proposed by the Implementing Agency within the
Municipal boundary of Amritsar City. The indicative list is also provided; however, it is the Im-
plementing Agency who has to propose a suitable location based on the footfalls, availability of
space, ease of operation, etc. The final locations shall be decided only after consultation with the
concerned department and Procuring Entity.

4 All the RVMs shall be maintained in usable condition through regular and periodical maintenance
by the agency throughout AMC period. In case of any breakage/ damage, the breakage/ damaged
equipment shall be repaired/ replaced within two days, at Implementing Agency’s own cost dur-
ing AMC period.

5 The Implementing Agency shall be responsible for Five years of Operation and Maintenance of
the Machines which will include preventive maintenance, replacement of damaged/ worn out
parts, accessories, monthly reports of performance of machines, deployment of adequate man-
power to create public awareness about RVMs, running of machines for minimum 10 hours per
day and proper disposal of waste to the recyclers and getting insurance . The scope of Operation
and Maintenance is only indicative and may be enhanced.

6 The Implementing Agency should ensure that collection and disposal of scrap is in accordance
to the highest level of contemporary rules and guidelines including Plastic Waste Management
Rules (as amended up to date) and also as per State Pollution Control Board norms. If due to fail-
ure of the Implementing Agency to follow the pollution norms, the Procuring Entity is faced with
legal action then Implementing Agency shall indemnify the Procuring Entity, contest such action
and shall be liable for all penal actions.

7 The Implementing Agency shall have right to sell the scrap/ flakes generated from the machines
which shall also be considered by the Bidder which quoting the price.

30
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

8 The Implementing Agency shall be responsible for getting the Electricity Connection and pay-
ment of Electricity bills. Procuring Entity will not be responsible for getting the Electricity con-
nection, however, wherever required will facilitate the connection.

9 The Implementing Agency shall be responsible for tie-ups with eateries, restaurants, malls, com-
mercial spaces, etc. for reward coupons to the machine users. The purpose of coupons is to en-
courage the people to use the machines, therefore, the Implementing Agency shall ensure that an
attractive system of reward coupons is there. There shall not be limit on number of coupons a sin-
gle individual can collect.

10 The Implementing Agency shall assess the city potential and relevant policy/laws applicable.

11 Time for Machine Service in case of any faults should be not more than 72 hours.

12 The implementing Agency shall keep the machines insured against all kind of losses including
theft, damage, fire, private/ public property damage, human injury, operator safety. The cost of in-
surance shall be borne by the Implementing Agency. The Insurance shall be in the name of Im-
plementing Agency, Procuring Entity and Municipal Corporation, Amritsar.

13 The Implementing Agency may also design something to protect the machine from rain, heat, etc.
The cost of such shelter, canopy shall be borne by the Implementing Agency and shall be included
in the bid prices.

14 The Implementing Agency shall design stickers to be pasted on machines in such a manner that it
clearly reflects the purpose of the machines. The stickers shall be bold and prominent. They shall
be in Punjabi, English and Hindi. The design must firstly be approved from Procuring Entity. Dur-
ing the Contract Period, the design of stickers may be revised depending on the theme e.g. during
Diwali, it may be revised or additional stickers may be pasted. No additional expenses shall be
payable.

15 The Implementing Agency shall conduct promotion/ awareness campaigns after getting approval
from Procuring Entity so that there are maximum users for the machines. Such campaigns may be
coincided with prominent events occurring in the City. Atleast four such campaigns in each cal-
endar year shall be conducted in the City.

31
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION VI – TECHNICAL SPECIFICATONS


Reverse Vending Machines for PET Bottles for public use with the following specifications:
a) The machine should be able to accept and crush PET Bottles/ Aluminum Cans, etc of capacity
100 ml to 2500 ml;

b) Front/ Top side Bottle/ Aluminum Cans feeding;

c) Volume reduction of more than 65% of the PET Bottles/ Aluminum Cans;

d) Shred/ Compress Capacity of more than 90 items per hour;

e) Electric powered Machines which when fed PET Bottles, will give discount/ reward coupons
which can be used at various shopping outlets, restaurants etc.

f) Machine should be user friendly and must ensure safe & secure operations and should be of
front feeding type.

g) Machine shall issue a coupon against each PET bottle inserted corresponding to the size of the
bottle.

h) Bin Capacity shall be 3000 bottles of 500 ml.

i) Machine should have features like low noise, automatic operation, alarm signal for full waste
bin and auto cut feature.

j) Machine should be capable to shred the bottle in small flakes or compress the bottles.

k) Machine should be capable to shred/compress the bottle cap also. However, prominent dis-
play may be given on machine to remove the cap so that empty bottles are put for shredding/
compressing. Machine should be capable to shred/compress the empty bottles with caps.

l) Interactive Response System for sending a message on the mobile or issue a coupon against
each item inserted.
m) Provision of Real time remote tracking should be there;

n) Display Language should be Punjabi, Hindi and English;

o) The Machine should be robust, safe, and portable

p) If other than PET bottles/ Aluminum Cans are fed, the RVM should show product mis-
match/wrong feed.
q) There will be Monitoring Systems to be incorporated at each location which can be tracked
from Control Command Centre.

32
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

The Machine shall have the following features


Waste Bottle Feeding Front/Top Feeding at approachable height
Volume Reduction Minimum 65% (of Pet Bottles)
Shred/ Compress Ca- Atleast 90 Bottles (1 Ltr) (per hour).
pacity
Display Minimum 16 Inch Interactive Touch Screen
Working Cycle Continuous duty
Mobility Machine will be on heavy duty Castors wheels for easy mobility
Power Supply 220-440 V Single phase
Waste Bin Easily replaceable Pull out Bin
Machine Body M.S. Framed Structured Sturdy Powder Coated MS Body with
choice of Body liner sticker for Sponsors Brand promotion
Cutting Blades/ Com- Special grade Alloy Steel for durability
pressing Gears
Operational Safety Auto cut on Overheating
Features Bin Full Sensor
Conveyor mechanism for bottle feeding
Bin open cut off: Bin must be opened only by Authorized Personnel
Auto Email/SMS Feature e for Alarm Alerts

33
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION VII – LOCATIONS WHERE RVMs TO BE INSTALLED


S.NO. NAME OF PLACES NO. OF Machines
1. AMRITSAR JUNCTION 2
RAILWAY STATION
2. AMRITSAR BUS STAND 2
3. CRYSTAL CHOWK 1
TOTAL NOS. 5

S.NO. NAME OF PLACES NO. OF Machines


1. GURU NANAK DEV HOS- 1
PITAL
2. CIVIL HOSPITAL 1
3. BEBE NANKI HOSPITAL 1
4. ESI HOSPITAL 1
TOTAL NOS. 4

S.NO. NAME OF PLACES NO. OF Machines


1. GOLDEN TEMPLE 2
2. DURGIANA MANDIR 2
3. MODEL TOWN 1
4. BABA DEEP SINGH 1
5. GOBINDGARH FORT 1
TOTAL NOS. 7

S.NO. NAME OF PLACES NO. OF Machines


1. MUNICIPAL CORPORA- 1
TION AMRITSAR
2. AMRITSAR DEVELOP- 1
MENT AUTHORITY
3. DC OFFICE 1
4. COURT COMPLEX 1
5 PUTLIGHAR CHOWK 1
6 KHALSA COLLEGE 1
7 DAV COLLEGE 1
8 BBK DAV COLLEGE 1
TOTAL NOS. 8

S.NO. NAME OF PLACES NO. OF Machines


1 COMPANY BAGH 1
2 AMRIT ANAND PARK 1
3 BOLARIA PARK 1
4 GOL BAGH 1
TOTAL NOS. 4

S.NO. NAME OF PLACES NO. OF Machines


1. MARKET A-BLOCK 1
34
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

2. MARKET B-BLOCK 1
3. MARKET C-BLOCK 1
4. MARKET D-BLOCK 1
5. KAIRON MARKET 1
6. HALL GATE 2
7. AIRPORT 1
TOTAL NOS. 8

The aforesaid list of locations is indicative. The final list of locations shall be finalized after
a joint survey & approval from MCA. The responsibility to co-ordinate the survey will be of
the Implementing Agency.

35
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION VIII - FINANCIAL BID/ PRICE SCHEDULE

(TO BE FILLED ONLINE ONLY)

Sr. Particulars of machine Qty Rate for Rate (in words) Amount (in Rs.)
No. one unit for one unit
A B C D E=B x C
Supply, Installation and commis- 40
1 sioning of Reverse Vending Ma-
chine/ PET Bottle compacting ma-
chine (as per Section V and VI of
the bid document)

Sr. Name of Item Qty Cost of O&M for one Cost of O&M for
No. month per machine loca- five year of all
tion wise (in Rs.) in Fig- Machines (in Rs.)
ures
F B G H=B x G x 60
Monthly operation and maintenance 40
1 cost for a period of five years of Re-
verse Vending Machine/ PET Bottle
compacting machine (as per Section
V and VI of the bid document)

Total (E + H)
Note:

1. The above prices quoted are inclusive of all taxes, transportation, duties, installation cost and
warranty.
2. Operation and Maintenance price are inclusive of taxes, insurance, labour, manpower, elec-
tricity, replacement of parts and machine.
3. If there is a discrepancy between the unit price and total price, the unit PRICE shall prevail.
4. This format is to be filled online only. Uploading of the scanned version of the hard copy of
the Financial Bid shall lead to rejection of the Bid.
5. Total price shall only be considered for determining the L1 Bidder.

Signature of Authorized Representative ___________________________

Name & Designation _________________________

Name of Bidder : ______________________

Business Address ____________________

Date: _______________________

Seal of the Bidder________________

36
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION IX – CONDITIONS OF CONTRACT


A. GENERAL CONDITIONS OF CONTRACT (GCC)

1. DEFINITIONS AND INTERPRETATION


1.1 Definitions : In this Contract, the following terms shall be interpreted as indicated:
a) “Contract” means the agreement entered into between the Procuring Entity and the Implement-
ing Agency, as recorded in the Contract Form signed by the parties, including all the attach-
ments and appendices thereto and all documents incorporated by reference therein;
b) “Contract Period” means Period of 03 (three) months beginning from the date of signing of
the Contract when the Goods will be supplied, installed and commissioned. It will also include
Operation and Maintenance Period and end with successful taking over of the Goods by Munic-
ipal Corporation, Amritsar. It will also include any time extensions given by the Procuring Enti-
ty.
c) “Contract Price” means the price payable to the Implementing Agency under the Contract for
the full and proper performance of its contractual obligations;
d) “Day” means calendar day; Months are calendar months;
e) “GCC” mean the General Conditions of Contract contained in this section;
f) “Goods” means the Reverse Vending Machines (RVMs) which the Implementing Agency is
required to supply, install, commission, operate and maintain under the Contract;
g) “Government” means the Government of State of Punjab;
h) “Implementing Agency” means the Successful Bidder with whom the Procuring Entity has
executed the Contract for implementation of the Project;
i) “MCA” means the Municipal Corporation Amritsar;
j) “Operation & Maintenance” means operation and maintenance (routine or major) of the Re-
verse Vending Machines and includes all matters connected with or incidental to such operation
and maintenance, provision of services and facilities in accordance with the terms hereof;
k) “Operation & Maintenance Period” means the period of 5 (five) years starting from the date
of commissioning of each RVM during which the Implementing Agency shall be responsible
for operation and maintenance of the RVMs including repairing of defects and replacing of de-
fective/ faulty/ worn out components or parts of any RVM;
l) “Procuring Entity” means the Amritsar Smart City Limited;
m) “Project” means the Supply, Installation, Commissioning, Operation and Maintenance of
Reverse Vending Machines for a period of 5 (five) years at various locations in Amritsar
city under Amritsar Smart City Project;
n) “Project Site”, means the locations where RVMs are to be installed in accordance with the
provisions of the Conditions of Contract including Scope of Work and Technical Specifica-
tions;
o) “Services” means services ancillary to the supply of the Goods, such as transportation, insur-
ance, installation, commissioning, operation and maintenance of the supplied Goods covered
under the Contract;
p) “State” means the State of Punjab;

37
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

Other terms appearing in capitals but not defined in the Conditions of Contract shall bear the
same meaning as ascribed to them in the ITB.

1.2 Interpretation
1.2.1. In interpreting these Conditions of Contract, singular also means plural, male also means fe-
male or neuter and the other way around. Headings have no significance. The marginal words
and other headings shall not be taken into consideration in the interpretation of these Condi-
tions. In this Contract, except where the context requires otherwise:
a) words have their normal meaning under the language of the Contract unless specifically de-
fined. The Authorized Representative of the Procuring Entity will provide instructions clarify-
ing queries about the Conditions of the Contract;
b) words indicating the singular also include the plural and words indicating the plural also in-
clude the singular;
c) provisions including the word “agree”, “agreed” or “agreement” require the agreement to be
recorded in writing;
d) “written” or “in writing” means hand-written, type-written, printed or electronically made, and
resulting in a permanent record;
e) time shall be of the essence in the performance of the Parties’ respective obligations. If any
time period specified herein is extended, such extended time shall also be of the essence.
1.3 The damages payable by the Implementing Agency, as set forth in the Conditions of Contract,
whether liquidated or not/ whether on per diem basis or otherwise, are mutually agreed genuine
pre-estimated loss and damage likely to be suffered and incurred by the Procuring Entity enti-
tled to receive the same and are not by way of penalty (the “Damages”).
1.4 The rule of construction, if any, that a contract should be interpreted against the parties respon-
sible for the drafting and preparation thereof, shall not apply.
1.5 Any word or expression used in this Agreement shall, unless otherwise defined or construed in
this Agreement, bear its ordinary English meaning and, for these purposes, the General Clauses
Act 1897 shall not apply.
1.6 The documents forming the Contract shall be interpreted in the following order of priority:
a) Contract
b) Letter of Acceptance
c) Special Conditions of Contract including Scope of Work & Technical Specifications
d) General Conditions of Contract
e) Bill of Quantities
f) Implementing Agency’s Bid.
If there are varying or conflicting provisions in the documents forming part of the contract, the Pro-
curing Entity to approve the tender shall be the final deciding authority with regard to the intention of
the document.
The Language of the Contract shall be English and the law governing the contract shall be Law of
Union of India.

38
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

2. Authorized Representative
2.1. The Procuring Entity shall have appointed its authorized representative who shall be responsi-
ble for supervising the implementation of the Project, inspection of Goods (accompanied by
such other officials of the Procuring Entity or MCA) administering the Contract, certifying
payments due to the Implementing Agency, issuing and valuing Variations to the Contract and
getting the contract executed on behalf of the Procuring Entity.
2.2. Immediately upon execution of the Contract, the Implementing Agency shall have deployed a
representative on its behalf to be the Project manager/ Incharge who have full authority to act
on behalf of the Implementing Agency for all matters relating to this Contract and shall be an
overall in-charge to ensure implementation of the Project in accordance with the provisions
hereof.
3. Access of the Project Site
The Procuring Entity shall facilitate in handing over or access of the specific sites/ locations
mentioned in the SCC, to the Implementing Agency from the MCA, AIT or ADA, as per the
work schedule of the Implementing Agency commensurate with the Project Milestones in
Clause 10 approved by the Procuring Entity. If access of a part of the site required as per the
work schedule is not given by the date when it is actually required for carrying out the work,
the Implementing agency shall be entitled to corresponding extension in time.
4. Eligible Goods and Related Services
4.1 For purposes of this Contract, the term goods include commodities, raw material, machinery,
equipment, and industrial plants; and related services, such as insurance, transportation, supply,
installation, integration, testing, commissioning, operation and maintenance.
5. Scope of Work
5.1 The broad scope of work of the Implementing Agency includes Supply, Installation, Commis-
sioning, Operation and Maintenance of Reverse Vending Machines (RVMs). The detailed
Scope of Work of the Implementing Agency is contained in Section V & VI of the Bid Docu-
ment.
5.2 The Implementing Agency shall achieve installation of all RVMs as per the Project Milestones
set forth in Clause 10 of these Conditions of Contract.
5.3 The Operations & Maintenance Period shall be of 5 (five) years starting from the date of suc-
cessful installation of each RVM as certified by the Procuring Agency or its representative.
During the Operations & Maintenance Period, the Implementing Agency shall be solely respon-
sible for undertaking operation, maintenance including undertaking minor/ major repairs/ re-
placement of machines that may be required from time to time and remedying/ repairing, restor-
ing to the original condition any apparent, virtual or observed defects, deficiencies, faults in the
RVMs, to the satisfaction of the Procuring Entity/ MCA. All software updates etc. should be
provided free of cost during Operations & Maintenance Period.
5.4 During the Contract Period inclusive of implementation period & operation and maintenance
period, the Implementing Agency shall employ trained personnel to ensure proper implementa-
tion, operation and maintenance of RVMs.
5.5 While carrying out the Scope of Work under the Contract, the Implementing Agency shall
comply and abide with all applicable laws, orders of Courts of Record or tribunal, any policy,
rules and regulations of Government of India or State Government of Punjab. It shall be en-
sured by the Implementing Agency that collection and disposal of scrap is in accordance to the
highest level of contemporary rules and guidelines including Plastic Waste Management Rules
(as amended up to date) and also as per State Pollution Control Board norms.

39
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

6. Country of Origin
6.1 The Implementing Agency shall ensure that the Goods to be supplied in pursuance of the Con-
tract are produced, processed or sourced/ originated from India in accordance with the
“Make in India” policy issued by the Government of India and the orders made there under
governing the procurement of goods and services to use the local content sourced and origi-
nated in India.
7. Technical Specifications and Standards
7.1 The Goods & Services to be provided by the Implementing Agency under this Contract shall
conform to the Technical Specifications mentioned in Section V & VI.
8. Advertisement Rights on the RVMs
8.1. Advertisement rights, if any, shall vest with the Implementing Agency. However, such rights
shall only be exercisable in consonance with the Policy prevalent during the period of Contract
and subject to relevant approvals from the concerned department. 15% (Fifteen percent) of
payment received from the revenue generated from the Advertisements/ rights shall be shared
with Procuring Entity. Two sides of the machine and canopy (if installed) may be used as Ad-
vertisement space by Implementing Agency subject to prevalent Advertisement Policy and ap-
provals. If no permissions or approvals are granted then no advertisements shall be displayed.
9. Contract Prices
9.1. The Contract Price shall be paid as specified in the contract subject to any additions and ad-
justments thereto, or deductions there from, as may be made pursuant to the Contract. Prices
charged by the Implementing Agency for the Goods delivered and the Related Services per-
formed under the Contract shall not vary from the prices quoted by the Implementing Agency
in its bid, with the exception of any price adjustments authorized in the Special Conditions of
Contract.
10. Project Milestones and Payment Terms
10.1. Project Milestones
The RVMs should be transported, installed and commissioned at various locations within a pe-
riod of three (03) months as per the milestones given by the Implementing Agency along with
the signing of the Contract. The Contract Period shall commence from the date of the Contract.
10.2. Payment Terms
10.2.1. Payment shall be made to the Implementing Agency at the accepted rates in the following
stages:
a) 50% payment of machine cost shall be released after the receipt of requisite machines
(with complete mechanical/electrical components) in good & sound condition along-with
Testing, Warranty certificates at site and the machines shall be duly checked and inspect-
ed by the official of MCA/ ASCL.
b) Next 20% of machine cost shall be released after the installation & commissioning of the
machines at site.
c) Next 30% of machine cost shall be released in 05 (five) years on pro rata basis after expi-
ry of every 06 (six) months of Operation and Maintenance Period from the date of com-
missioning of all the machines. This payment shall also be subject to GCC Clause 11
Performance Security).
d) Operation & Maintenance cost will be paid to the Implementing Agency at the end of
each quarter of successful operations in equivalent proportions.

40
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

10.2.2. Mode and Manner of Invoicing and release of Payment:


a) The Implementing Agency’s request(s) for payment shall be made to the procuring entity
in writing, accompanied by an invoice describing, as appropriate, services completed up-
to the stage for which the invoice is raised. The invoice should be submitted and upon
fulfilment of other obligations stipulated in the contract.
b) Payments shall be made promptly by the procuring entity within thirty (30) days after re-
ceipt of the invoice or claim by the Implementing Agency, only after quality inspection
and Verification by the procuring entity’s Official of the conformity of the Goods/ Prod-
ucts/ Services supplied as per the agreed Specifications. However, no interest shall be
payable by the Procuring Entity or MCA if payment is delayed.
c) Payment shall be made in Indian Rupees by RTGS / NEFT direct to the bank account of
the Implementing Agency.
d) All remittance charges shall be borne by the Implementing Agency.
e) In case of disputed items, the disputed amount shall be withheld and shall be paid only
after settlement of the dispute.
f) Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned in this tender document, shall be deducted from the due payments of the Im-
plementing Agency.
g) Taxes, as applicable, shall be deducted / paid, as per the prevalent rules and regulations.
11. Performance Security
11.1. 30% (Thirty percent) of the approved invoice amount for the installation period (i.e. period
other than Operation and Maintenance Period) shall be retained by the Procuring Entity as
Performance Security to cover the amount of liquidated damages and/ or the compensation
for the breach of Contract during the Operation and Maintenance Period. The Performance
Security shall be co-extensive with Contract Period.
11.2. The Procuring Entity shall be entitled to forfeit the Performance Security in case of any de-
fault by the Implementing Agency in terms of the Conditions of the Contract. Procuring En-
tity will release the Performance Security without any interest to the Implementing Agency
as per GCC clause 10.2.1 (c).
12. Packing and Marking
13.1. The packing for the goods to be provided by the supplier should be strong and durable enough
to withstand transit hazards, without limitation, the entire journey during transit including
shipment (if any), rough handling, open storage etc. without any damage, deterioration etc. As
and if necessary, the size, weights and volumes of the packing cases shall also take into consid-
eration, the remoteness of the final destination of the goods and availability or otherwise of
transport and handling facilities at all points during transit up to final destination as per the
Contract.
13. Inspection, Testing and Quality Control
13.1. The Implementing Agency shall intimate at least 15 (fifteen) days in advance about the readi-
ness of Goods to commensurate with the delivery schedule for getting material inspected. The
Procuring Entity at its discretion may waive the inspection or depute its authorized representa-
tive along with other inspecting officer of MCA to test/ examine and inspect the Goods at the
Implementing Agency’s factory or warehouse. Such inspection and acceptance for dispatch
shall not, however, relieve the Implementing Agency from its sole and entire responsibility for
supplying the Goods/ RVMs conforming to the requirements of the order nor shall if prejudice
to any claim because of defective or unsatisfactory Goods/ RVMs. All the expenses for testing,
41
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

inspection, transportation shall be borne by the Implementing Agency. Such expenses will also
include travelling, boarding and lodging expenses of the inspecting members of the Implement-
ing Agency. If Implementing Agency refuses to bear the expenses then such expenses will be
deducted from the payments to be made to the Implementing Agency.
14. Rejection
14.1. Goods/ components not approved during inspection or testing shall be rejected and will have to
be replaced by the Implementing Agency at his own cost within the time fixed by the Procuring
Entity. The rejected articles/ components/ Goods shall be removed and replaced by the Imple-
menting Agency within 15 days of intimation of rejection or within such longer period as per-
mitted by the Procuring Entity. In the event the Implementing Agency fails to remove or re-
place the rejected articles/ components/ Goods within the aforesaid period, the Implementing
Agency shall be liable to pay liquidated damages at the rate of 0.07% of the Contract Price for
each day of delay subject to maximum of 7.5% of the Contract Price, after which it shall tanta-
mount to default on the part of the Implementing Agency and the Procuring Entity shall be enti-
tled to terminate the Contract.
15. Transportation
15.1. The Implementing Agency shall be responsible for the proper packing to avoid damage under
normal conditions of any mode of transportation and delivery of the material in the good con-
dition to the locations in Amritsar city. In the event of any loss, damage, breakage or leakage
or any shortage the Implementing Agency shall be liable to make good such loss and shortage
found at the checking/ inspection of the material by the consignee. No extra cost on such ac-
count shall be admissible.
16. Insurance
16.1. Unless otherwise instructed, the Implementing Agency shall make arrangements for insuring
the goods against loss or damage incidental to manufacture or acquisition, transportation, stor-
age, installation, commissioning, operation and maintenance.
16.2. Wherever necessary, the Goods and Service supplied under the Contract shall be fully insured.
If considered necessary, the insurance may be done for coverage on “all risks” basis including
vandalism, rioting, war risks, strike clauses, public liability, public injury. The amount to be
covered under insurance should be sufficient to take care of the overall expenditure, which
may be incurred due to any such damage, loss etc. The Implementing Agency shall keep the
Procuring Entity indemnified for any kind of loss occurring to any property or injury or death
caused because of the operation of machines.
17. Warranty
17.1. The Implementing Agency warrants comprehensively that the Goods/ RVMs including their
components, etc., supplied under the Contract are new, genuine, unused and meets the Tech-
nical Specifications set forth in Section V & VI. The Implementing Agency further warrants
that the Goods/ RVMs supplied under the Contract shall have no defect arising from design,
materials or workmanship or from any act or omission of the Implementing Agency that may
develop under normal use of the supplied Goods under the conditions prevailing in India.
17.2. This warranty shall remain valid for atleast 12 months from the date of installation of machine
at site during which the Implementing Agency shall, promptly repair or replace the defective
components or parts thereof, free of cost.
17.3. If the Implementing Agency, having been notified, fails to rectify/replace the defect(s)
promptly, the Procuring Entity may proceed to take such remedial action(s) as deemed fit by
the Procuring Entity, at the risk and expense of the Implementing Agency and without preju-
dice to other contractual rights and remedies, which the Procuring Entity may have against the
Implementing Agency.
42
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

17.4. Implementing Agency shall carry sufficient inventories to assure ex-stock supply of consuma-
ble/ spares for the Goods so that the same are readily available during the Contract Period.
17.5. In the event of any loss to the Goods/ RVMs due to any theft, vandalism or rioting, the cost on
account of replacement or repairing of Goods or any part thereof shall be borne by the Imple-
menting Agency.
18. Patent Rights
18.1. The Implementing Agency shall indemnify the Procuring Entity against all third-party claims of
infringement of patent, trademark or industrial design rights arising from use of the Goods or
any part thereof in India.
19. Sub-contracting
The Implementing Agency shall not sub-contract the installation works but may sub-contract
the operation and maintenance of the RVMs, with the approval of the Procuring Entity. Such
sub-contracting does not alter the Implementing Agency’s obligations and responsibilities un-
der the Contract.
20. Labour & Compliance with Labour Regulations
20.1 The Implementing Agency shall make his own arrangements for the engagement of all staff and
labour, local or otherwise, and for their payment, housing, feeding and transport.
20.2 During continuance of the Contract, the Implementing Agency and his sub-Implementing
Agency shall abide at all times by all existing labour enactments and rules made there under,
regulations, notifications and bye laws of the State or Central Government or local authority
and any other labour law (including rules), regulations, bye laws that may be passed or notifica-
tion that may be issued under any labour law in future either by the State or the Central Gov-
ernment or the local authority. The Implementing Agency shall keep the Procuring Entity in-
demnified in case any action is taken against the Procuring Entity by the competent authority on
account of contravention of any of the provisions of any act or rules made there under, regula-
tions, or notifications including amendments.
21. Change in Laws and Regulations
Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law,
regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogat-
ed, or changed that subsequently affects the Contract Price, then the Contract Price shall be cor-
respondingly increased or decreased, to the extent that the Implementing Agency has there by
been affected in the performance of any of its obligations under the Contract.
22. Extensions of Time
22.1 If at any time during performance of the Contract, the Implementing Agency should encounter
conditions impeding timely delivery of the Services, the Implementing Agency shall promptly
notify Procuring Entity in writing of the delay, it’s likely duration, and its cause. As soon as
practicable after receipt of the Implementing Agency notice, Procuring Entity shall evaluate the
situation and may at its discretion extend the Implementing Agency time for performance in
writing.
22.2 Subject to the provision of Force Majeure under GCC Clause 24, any delay by the Implement-
ing Agency in the performance of its obligations under the Conditions of Contract shall render
the Implementing Agency liable for any or all of the following sanctions:
I. Imposition of Liquidated Damages;
II. Forfeiture of its Performance Security; and
III. Termination of the Contract for default.
43
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

23. Liquidated damages


For supply/commissioning delay, Damages @ Rs.1,000/- per day per equipment will be im-
posed upon the Implementing Agency for the first 10 days & at the rate of Rs.2,500/- per day
per equipment after 10 days till 30 days of delay will be imposed. Supply/Commissioning delay
more than 70 days on Implementing Agency account will lead to termination of contract.
In case the Implementing Agency does not attend to any defect/ fault in the RVM immediately
during the Operation and Maintenance Period, the Procuring Entity would be liable to levy
Damages at the rate of Rs.500/- per day of delay after reporting or noticing of such defect/ fault
to/by the Implementing Agency. In addition, proportionate monthly payment of AMOC charg-
es will also be deducted for the non-functioning period beyond one week.
If during the sample check by the authorized representative/ supervisor of the Procuring
Entity/ MCA, it is detected that equipment is not working properly as per the specification or
the disposal of the produce is not being done timely during the prescribed working hours, a spot
fine of Rs.10,000/- (Rupees Ten Thousand Only) will be imposed on the Implementing Agen-
cy. Such defects reported which is not leading to non-working of the equipment must be recti-
fied within one week.
24. Force Majeure
24.1 Notwithstanding the provisions contained in GCC Clauses 14, 23, 25, 26 and 27, the Implement-
ing Agency shall not be liable for imposition of any such sanction so long the delay and/or fail-
ure of the Implementing Agency in fulfilling its obligations under the Contract is the result of an
event of Force Majeure.
24.2 For purposes of this Clause, Force Majeure means an event beyond the control of the Imple-
menting Agency and not involving the Implementing Agency’s fault or negligence and which is
not foreseeable and not brought about at the instance of the party claiming to be affected by such
event and which has caused the non – performance or delay in performance. Such events may
include, but are not restricted to, acts of God, acts of the State Government/ Procuring Entity ei-
ther in its sovereign or contractual capacity, wars or revolutions, sabotage, fires, floods, explo-
sions, quarantine restrictions, strikes excluding by its employees, lockouts excluding by its man-
agement.
24.3 If a Force Majeure situation arises, the Implementing Agency shall promptly notify the Procur-
ing Entity in writing of such conditions and the cause thereof within twenty-one days of occur-
rence of such event. Unless otherwise directed by the Procuring Entity in writing, the Imple-
menting Agency shall continue to perform its obligations under the contract as far as reasonably
practical, and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event. If the performance in whole or in part or any obligation under this contract
is prevented or delayed by any reason of Force Majeure for a period exceeding 60 (sixty) days,
either party may at its option terminate the contract without any financial repercussion on either
side.
24.4 In case due to a Force Majeure event, Procuring Entity is unable to fulfill its contractual com-
mitment and responsibility, Procuring Entity will notify the Implementing Agency accordingly
and subsequent actions taken on similar lines described in above sub-Clauses.
25. Termination for convenience
25.1 The Procuring Entity reserves the right to terminate the Contract, in whole or in part for its (Pro-
curing Entity’s) convenience, by serving written notice on the Implementing Agency at any time
during the currency of the Contract. The notice shall specify that the termination is for the con-
venience of the Procuring Entity. The notice shall also indicate inter alia, the extent to which the
Implementing Agency’s performance under the Contract is terminated, and the date with effect
from which such termination will become effective.

44
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

25.2 The Goods and services which are complete and ready in terms of the Contract for delivery and
performance within 30 (thirty) days after the Implementing Agency’s receipt of the notice of
termination shall be accepted by the Procuring Entity following the Contract terms, conditions
and prices. For the remaining Goods and services, the Procuring Entity may decide:
a. to get any portion of the balance work completed and delivered at the contract terms,
conditions and prices; and / or
b. to cancel the remaining portion of the Goods and services and compensate the Imple-
menting Agency by paying a mutually agreed amount for the cost incurred by the Im-
plementing Agency towards the remaining portion of the Goods.
26. Termination for default
26.1 Procuring Entity, without prejudice to any other contractual rights and remedies available to it
(Procuring Entity), may, by written notice of default sent to the Implementing Agency, terminate
the Contract in whole or in part, if the Implementing Agency (including its employees/ agents/
sub-contractor) fails to deliver any or all of the Goods or fails to perform any other contractual
obligation(s) within the time period specified in the Contract or in the notice.
26.2 In the event of any breach of the said terms and conditions of the Contract, the Procuring Entity
shall be entitled to forfeit the whole or the part of the Performance Guarantee besides terminat-
ing or revoking the contract.
26.3 Unless otherwise instructed by the Procuring Entity, the Implementing Agency shall continue to
perform the Contract to the extent not terminated.
27. Termination for insolvency
If the Implementing Agency becomes bankrupt or otherwise insolvent, the Procuring Entity re-
serves the right to terminate the Contract at any time, by serving written notice to the Imple-
menting Agency without any compensation, whatsoever, to the Implementing Agency, subject
to further condition that such termination will not prejudice or affect the rights and remedies
which have accrued and / or will accrue thereafter to the Procuring Entity.
28. Withholding and lien in respect of sums claimed
Whenever any claim or claims for payment of a sum of money arises out of or under the Con-
tract against the Implementing Agency, the Procuring Entity shall be entitled to withhold and
also have a lien to retain such sum or sums in whole or in part from the security, if any, de-
posited by the Implementing Agency and for the purpose aforesaid, the Procuring Entity
shall be entitled to withhold the said cash security deposit or the security, if any, furnished as
the case may be and also have a lien over the same pending finalization or adjudication of
any such claim. In the event of the security being insufficient to cover the claimed amount or
amounts or if no security has been taken from the Implementing Agency, the Procuring En-
tity shall be entitled to withhold and have lien to retain to the extent of the such claimed
amount or amounts referred to supra, from any sum or sums found payable or which at any
time thereafter may become payable to the Implementing Agency under the same contract or
any other contract with the Procuring Entity or the MCA, pending finalization or adjudica-
tion of any such claim and that the Implementing Agency shall have no claim for interest or
damages whatsoever on this account or on any other ground in respect of any sum of money
withheld or retained under this Clause and duly notified as such to the Implementing Agency.
29. Instructions
The Implementing Agency shall carry out all the instructions of the Authorized Repre-
sentative of the Procuring Entity pertaining to the Project and works being carried out in
relation thereto which comply with the applicable laws where the site is located.

45
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

30. Disputes Resolution Mechanism


30.1. If any dispute or differences of any kind what-so-ever arise between the Procuring Enti-
ty, its authorized representatives, MCA and the Implementing Agency in connection with
or arising out of this Contract or the execution of works, these shall be resolved as under.
30.2. Whether before its commencement or during the progress of Project or after the termina-
tion, abandonment or breach of the Contract, the dispute shall in the first instance sup-
ported with complete documents and further documents, if any, required by him, be re-
ferred for settlement to the Authorized Representative of Procuring Entity and he shall,
within a period of thirty (30) days after being requested in writing by the Implementing
Agency to do so, convey his decision to the Implementing Agency. Such decision in re-
spect of every matter so referred shall, subject to arbitration as hereinafter provided, be
final and binding upon the Implementing Agency. In case the work is already in process,
the Implementing Agency shall continue with the execution of the Work as aforesaid
with all due diligence, whether any of the parties requires arbitration as hereinafter pro-
vided or not.
30.3. If the Authorized Representative of Procuring Entity has conveyed his decision to the
Implementing Agency and no claim for arbitration has been filed by the Implemen ting
Agency within a period of thirty (30) days from the receipt of the letter communicating
the decision, the said decision shall be final and binding upon the Implementing Agency
and will not be a subject matter of arbitration at all.
30.4. If the Authorized Representative of Procuring Entity fails to convey his decision within a
period of thirty (30) days from the date on which the said request was made by the Im-
plementing Agency, he may refer the dispute for arbitration as hereinafter provided.
30.5. All disputes or differences in respect of which the decision is not final and conclusive
shall, at the request of either party made in communication sent through registered A.D.
post, be referred for arbitration to the sole Arbitrator appointed by CEO, PMIDC.
30.6. The reference to the Arbitrator shall be made by the claimant party within ninety (90)
days from the date of dispute of claim arises during the execution of the Project. If the
claim pertains to rates or recoveries introduced in the final bill, the reference to the Arbi-
trator shall be made within four (4) calendar months from the date of payment of the fi-
nal bill to the Implementing Agency.
30.7. The provisions of the Arbitration and Reconciliation Act, 1996 or any other statuary law
there under or modification thereof and for the time being in force shall apply to the ar-
bitration proceedings under this clause.
30.8. The Arbitrator shall give a reasoned award for each claim/counter claim.
30.9. The independent claims of the party other than one seeking arbitration as also the cou n-
ter claims of any party shall be entertained by the arbitrator.
30.10. The venue of arbitration shall be Amritsar, Punjab. The work under the contract shall
continue during the arbitration proceedings.
30.11. The stamp fee due on the award shall be payable by the party as desired by the Arbitral
Tribunal and in the event of such party’s default, the stamp fee shall be recoverable from
another sum due to such party under this or any other contract.
30.12. No question relating to this Contract shall be brought before any civil court without first
invoking and completing the arbitration proceedings, if the issue is covered by the scope
of arbitration under the Contract. The pending arbitration proceedings shall not disentitle
the Procuring Authority to terminate the Contract and to make alternate arrangement for
completion of the Project.
46
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

30.13. Arbitrator shall be deemed to have entered into the reference on the day, notice is issued
to the parties fixing the first date of hearing. The Arbitrator may, from time to time, with
the consent of the parties enlarge the initial time for making and publishing the award.
However, the Arbitrator shall make all out efforts to decide each claim within a period of
six (6) months from the date of initiation.
30.14. The expiry to the contractual time limit, whether originally fixed or extended, shall not
invalidate the provisions of this clause.
31. Variation/ Procurement schedule
a) Initially, 20 Reverse Vending Machines will be procured to be installed, operated and
maintained by the Implementing Agency at identified locations.
b) Further, procurement of machines shall be taken up in subsequent phase depending
upon proper evaluation of 20 machines to be conducted regularly, for 03 months from
date of commissioning, based on performance and utility of the machines.
c) Procuring Entity and Municipal Corporation, Amritsar are not bound to procure all
machines. The figure of 40 machines is only indicative and number may increase or
decrease depending upon the assessment as indicated in sub-clause (b) above.
.
32. Taking Over Certificate
The Implementing Agency shall request the Procuring Entity to issue a Taking over Certificate
of the completed Project and the Procuring Entity along with other concerned experts and con-
cerned Engineers from Municipal Corporation Amritsar, within thirty (30) days of the receipt of
such request, shall inspect the Work. If there is no defect in the RVMs (usual wear and tear ex-
cepted), the Procuring Entity shall furnish the Implementing Agency with such a certificate of
Project completion. If the date of handing over of all RVMs does not coincide, then the Imple-
menting Agency may similarly apply for a Taking-Over Certificate for each RVM or some
RVMs collectively. During the aforesaid period, the Implementing Agency shall be responsible
to impart appropriate training to the personnel of the MCA/ any agency hired by MCA, to oper-
ate the RVMs. In the event, some defects or shortcoming or non-compliance is noticed by the
inspection team/ Procuring Entity, the Implementing Agency shall be liable to repair such de-
fects and remove the deficiencies pointed out within the period specified. In the event, the Im-
plementing Agency fails to do so, the Implementing Agency shall be liable to pay Damages @
0.07% of the Contract Price for each day of delay until the work is done. Before, applying for
Taking Over Certificate, the Implementing agency will provide No Objection Certificate from
Electricity Department, MCA and other concerned departments.

47
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

B. SPECIAL CONDITIONS OF CONTRACT (SCC)


1. SCOPE OF WORK OF THE IMPLEMENTING AGENCY (same as section V of Bid Docu-
ment) :

2. TECHNICAL SPEIFICATIONS (same as section VI of Bid Document) :


3. LOCATIONS WHERE RVMs TO BE INSTALLED (same as section VII of Bid Document) :

48
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

SECTION XI – CONTRACT FORMS

1. Format of Letter of Acceptance

2. Format of Contract Agreement

3. Format of Performance Security Bank Guarantee

49
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

LETTER OF ACCEPTANCE

[on letterhead paper of the Procuring Entity]

No. . . . . . .. Dated . . . . . ..

To: . . . . . . . . .. [name and address of the Successful Bidder] . . . . . . . . ..

Subject: Notification of Award for the Supply, Installation, Commissioning, Operation and
Maintenance of Reverse Vending Machines for a period of 5 (five) years at various locations in
Amritsar City

This is to notify you that your Bid dated . . .. [date] . . .. for Supply, Installation, Commissioning,
Operation and Maintenance of Reverse Vending Machines for a period of 5 (five) years at vari-
ous locations in Amritsar City vide Bid Reference No. 01/ASCL/2019-20, for the Accepted Contract
Amount of the equivalent of ................................ [amount in numbers and words and name of cur-
rency] .................................., as corrected and modified in negotiations and in accordance with the
Instructions to Bidders has been accepted by Chief Executive Officer, Amritsar Smart City Limited.
The date of commencement and completion of the Works shall be:
…………………………………………………………………………………………
Performance Security shall be as per GCC clause 11 (Performance Security).

Authorized Representative: ......................................................................................

Name and Title of Signatory: Chief Executive Officer, ASCL, Amritsar.

Designation: .......................................................................................................

50
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

CONTRACT AGREEMENT [●]


(on non-judicial stamp paper of appropriate value)

Contract No.__________ dated __________

THIS CONTRACT AGREEMENT made this…………day of ..........2019,

BETWEEN

The Chief Executive officer, Amritsar Smart City Limited, SCO-21, Second Floor, B-Block, District
Shopping Complex, Ranjit Avenue, Amritsar, Punjab-143001 )hereinafter the “Procuring Entity”(,
of the one part

AND

M/s …………………………………. having its registered/ head office at ................... represented by


Mr./ Ms......................................... holding the desgnaiton of .............................. (hereinafter the “Im-
plementing Agency”(, of the other part:

WHEREAS the Procuring Entity desires that the Project known as “Supply, Installation, Commis-
sioning, Operation and Maintenance of Reverse Vending Machines for a period of 5 (five) years
at various locations in Amritsar city under Amritsar Smart City Project” should be executed by
the Implementing Agency, and has accepted a Bid by the Implementing Agency for the execution and
completion of the works comprised in the Project; operation, maintenance and remedying of any de-
fects therein during the Operation and Maintenance Period for 5 (five) years in conformity with the
provisions of the contract in all respect and for which the Implementing Agency has submitted Per-
formance Security for Rupees -------------------------- in the form of unconditional and irrevocable
Bank Guarantee in favour of Amritsar Smart City Limited and 30% (Thirty percent) of the approved
invoice amount for the installation period (i.e. period other than Operation and Maintenance Peri-
od) shall be retained by Procuring Entity as Performance Security for Operation and Maintenance Pe-
riod.
The Procuring Entity and the Implementing Agency agree as follows:

1. In this Contract Agreement words and expressions shall have the same meanings as are respec-
tively assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Contract Agreement. This Contract Agreement shall prevail over all other Contract documents.

3. In addition to this Contract Agreement, the following documents etc, shall also be deemed to
form and be read and construed as integral part of this contract:
a) Contract
51
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

b) Letter of Acceptance
c) Special Conditions of Contract including Scope of Project & Technical Specifications
d) General Conditions of Contract
e) Bill of Quantities
f) Implementing Agency’s Bid.

4. In consideration of the payments to be made by the Procuring Entity to the Implementing


Agency as indicated in this Agreement, the Implementing Agency hereby covenants with the
Procuring Entity to execute the Project and to remedy defects therein in conformity in all re-
spects with the provisions of the Contract including Conditions of Contract.

5. The Procuring Entity hereby covenants to pay the Implementing Agency in consideration of
the execution and completion of the Works and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of India on the day, month and year indicated above.

Signature, name, seal and address of Procur- Signature, name, seal and address of Imple-
ing Entity’s authorized official menting Agency’s authorized official

Date: _____________
Place: _____________

52
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

This Deed of Guarantee executed at ————————— by ———————— (Name of the


Bank) having its Head/ Registered office at —————————————— (hereinafter referred
to as “the Guarantor”) which expression shall unless it be repugnant to the subject or context thereof
include its heirs, executors, administrators, successors and assigns;
In favour of Chief Executive Officer, Amritsar Smart City Limited having its office at SCO 21, 2nd
Floor, Distt. Shopping Complex, B-Block, Ranjit Avenue, Amritsar, Punjab (hereinafter called “Pro-
curing Entity” which expression shall unless it be repugnant to the subject or context thereof include
its heirs, executors, administrators, successors and assigns);
Whereas M/s _ (the “Implementing Agency”), a company/ firm formed under
(specify the applicable law) and having its registered office at has been, consequent to
conduct and completion of a competitive bidding process in accordance with the Bid Reference No.
01/ASCL/2019-20 dated /__/2019 issued by Procuring Entity, has been select-
ed for the Supply, Installation, Commissioning, Operation and Maintenance of Reverse Vend-
ing Machines for a period of 5 (five) years at various locations in Amritsar city under Amritsar
Smart City Project more specifically defined in the aforementioned Document including statement
of work and the Agreement executed between the Procuring Entity and Implementing Agency. The
Letter of Acceptance dated ______ and the Conditions of Contract requires the Implementing Agency
to furnish an unconditional and irrevocable Bank Guarantee for an amount of Rs.______/- (Rupees in
words), by way of security for guaranteeing the due and faithful compliance of its obligations under the
Contract Agreement.
Whereas, the Implementing Agency approached the Guarantor and the Guarantor has agreed to pro-
vide a Guarantee being these presents:
Now this Deed witnessed that in consideration of the premises, we, Bank hereby guarantee as
follows:
1. The Implementing Agency shall implement the Project, in accordance with the terms and
subject to the conditions of the Agreement, and fulfill its obligations thereunder;
2. We, the Guarantor, shall, without demur, pay ________ an amount not exceeding INR
(Rupees in words) within 7 (seven) days of receipt of a written demand from Procuring Enti-
ty, stating that the Implementing Agency has failed to fulfill its obligations as stated in Clause
1 above.
3. The above payment shall be made by us without any reference to the Implementing Agency
or any other person and irrespective of whether the claim of the Procuring Entity is disputed by
the Implementing Agency or not.
4. The Guarantee shall come into effect from (Start Date) and shall continue to be in full
force and effect till the earlier of its expiry at 1700 hours Indian Standard Time on
(Expiry Date) (both dates inclusive) or till the receipt of a claim from the Procuring Entity un-
der this Guarantee, which is one month after the expiry of performance guarantee. Any de-
mand received by the Guarantor from Procuring Entity prior to the Expiry Date shall survive
the expiry of this Guarantee till such time that all the moneys payable under this Guarantee by
the Guarantor are paid.
5. In order to give effect to this Guarantee, Procuring Entity shall be entitled to, treat the Guaran-
tor as the principal debtor and the obligations of the Guarantor shall not be affected by any

53
BIDDING DOCUMENT FOR SUPPLY, INSTALLATION, COMMISSIONING, OPERATION AND MAINTENANCE OF RE-
VERSE VENDING MACHINES FOR A PERIOD OF 5 (FIVE) YEARS AT VARIOUS LOCATIONS IN AMRITSAR CITY

variations in the terms and conditions of the Agreement or other documents by Procuring En-
tity or by the extension of time for performance granted to the Implementing Agency or any
postponement for any time of the power exercisable by Procuring Entity against the Imple-
menting Agency or forebear or enforce any of the terms and conditions of the Agreement,
and we shall not be relieved from our obligations under this Guarantee on account of any such
variation, extension, forbearance or omission on the part of Procuring Entity or any indulgence
by Procuring Entity to the Implementing Agency to give such matter or thing, whatsoever,
which under the law relating to sureties would but for this provision have effect of so relieving
us.
6. This Guarantee shall be irrevocable and shall remain in full force and effect until all our ob-
ligations under this guarantee are duly discharged.
7. The Guarantor has power to issue this guarantee and the undersigned is duly authorized to ex-
ecute this Guarantee pursuant to the power granted under .
In witness, whereof the Guarantor has set its hands hereunto on the day, month and year first here-in
above written.
Signed and Delivered by Bank by the hand of _ its and au-
thorized office.

Authorized Representative Bank

54

You might also like